P R O J E C T Volume 1 of 1

Volume 1 of 1
CONSTRUCTION DOCUMENTS: APRIL 25, 2014
PROJECT MANUAL
Greenwich Public Schools
Ceiling & Lighting Replacement Project
Board of Education Bid Number: 1016-14
KSQ Project # 1417903.00
Architect:
KSQ Architects, P.C.
235 Main Street, Suite 410
White Plains, NY 10601
T. 914.682-3700
F. 917.591.7013
www.ksqarchitects.com
Owner:
Greenwich Public Schools
290 Greenwich Avenue
Greenwich, CT 06830
Facility Names:
Old Greenwich Elementary School
285 Sound Beach Ave, Old Greenwich, CT 06830
Construction Manager:
School Construction Consultants, Inc.
190 Motor Parkway Suite 201
Hauppauge, NY 11788
MEP Engineer:
AKF Group LLC
750 East Main Street, Suite 501
Stamford, CT 06902
SPECIFICATION COVER PAGE
Environmental Engineer:
Hygenix Inc
49 Woodside Street
Stamford, CT 06902
00 0101 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0110 - TABLE OF CONTENTS
DIVISION 0 - BIDDING DOCUMENTS, CONTRACTS AND CONDITIONS
00 0101
00 0110
00 0300
00 0301
COVER
TABLE OF CONTENTS
INVITATION TO BIDDERS (LETTER)
INSTRUCTIONS TO BIDDERS
00 0400
00 0410
BID FORM
CONTRACTOR'S QUALIFICATION STATEMENT
00 0460
00 0461
00 0462
NON-COLLUSIVE AFFIDAVIT
PREVAILING WAGE SCHEDULE
REFERENCES
00 0472
00 0473
00 0474
FORM OF BID BOND
CERTIFICATE AS TO CORPORATE PRINCIPAL
PERFORMANCE MAINTENANCE AND PAYMENT BOND
00 0481
00 0482
00 0483A
00 0483B
00 0483C
INSURANCE PROCEDURE
INSURANCE REQUIREMENTS
SAMPLE ENDORSEMENT LETTER
A.M. BEST KEY RATING
AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT
00 0484
SAMPLE CONTRACT
00 0485
00 0486
CONSENT OF SURETY
AFFIDAVIT FOR FINAL PAYMENT
00 0487
00 0488
00 0489
FORM AU-764 DEPOSIT BY A PERSON DOING BUSINESS WITH A NONRESIDENT
CONTRACTOR
FORM REG-1 BUSINESS TAXES REGISTRATION APPLICATION
CONNECTICUT COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES
00 0800
SUPPLEMENTARY CONDITIONS OF THE CONTRACT
00 8500
LIST OF DRAWINGS
DIVISION 1- GENERAL REQUIREMENTS
01 1000
01 1100
01 2100
01 2300
01 2600
0 12900
01 3119
01 3300
01 3301
01 4000
01 5000
SUMMARY OF WORK
MILESTONE SCHEDULE
ALLOWANCES
ALTERNATES
MODIFICATION PROCEDURES
PAYMENT PROCEDURES
PROJECT MEETINGS
ELECTRONIC SUBMITTAL PROCEDURES
SUBMITTAL COVER PAGE
QUALITY REQUIREMENTS
TEMPORARY FACILITIES AND CONTROLS
TABLE OF CONTENTS
00 0110 - 1 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
01 6000
01 7329
01 7400
01 7423
01 7700
01 7701
01 7823
01 7839
APRIL 25, 2014
PRODUCT REQUIREMENTS
CUTTING AND PATCHING
WARRANTIES
CLEANING UP
EXECUTION AND CLOSEOUT REQUIREMENTS
CHECKLIST FOR PROJECT CLOSEOUT AND PROCESSING OF FINAL PAYMENT
OPERATION AND MAINTENANCE DATA
PROJECT RECORD DOCUMENTS
DIVISION 2 – SITE WORK
02 4119 SELECTIVE STRUCTURAL DEMOLITION
02 0810 ASBESTOS ABATEMENT
DIVISION 6 - WOOD AND PLASTICS
06 1000 ROUGH CARPENTRY
DIVISION 7- THERMAL AND MOISTURE PROTECTION
07 8400 FIRESTOPPING
07 9200 JOINT PROTECTION
DIVISION 9 – FINISHES
09 5113 ACOUSTICAL PANEL CEILINGS
ALL MECHANICAL, ELECTRICAL, & PLUMBING SPECIFICATIONS ARE INDICATED ON
THOSE RESPECTIVE DRAWINGS.
END OF SECTION 00 0110
TABLE OF CONTENTS
00 0110 - 2 of 2
GREENWICH PUBLIC SCHOOLS
Purchasing Department
290 Greenwich Ave.
Greenwich, Connecticut 06830
(203) 625-7400
Fax (203) 625-7677
EUGEGE H. WATTS
Senior Buyer
April 25, 2014
Dear Sir/ Madam:
You are invited to submit a bid for Ceiling & Lighting Replacement Project for Greenwich Public
Schools at the following locations; Old Greenwich Elementary School. This bid will be a lump sum for your
work or material in accordance with the plans and specifications or the work on the following project. The
attached bid specifications detail the requirements we are looking for.
Bidders are urged to read all documents carefully and fill out all information requested. Bids which are
incomplete, obscure, or conditional, and which contain irregularities of any kind, will be subject to
rejection for failure to comply strictly with these conditions.
Bids must be submitted on the schedule form attached hereto. All unit prices must be filled in. Each bid
must be submitted with one (1) original and three (3) copies of the bid. Bidders must submit bids in a
clear, concise, and legible manner so as to permit proper evaluation of responsive bids. Faxed bids will
not be accepted. The original bid and copies must be in sealed envelope plainly marked:
Ceiling & Lighting Replacement Project (Old Greenwich) - BID NUMBER:
1016-14
A.
Pre-Bid Conference:
1.
Date: May 5, 2014
2.
Time: 2:00 PM
3.
Location: Old Greenwich School
4.
Address: 285 Sound Beach Ave, Old Greenwich, CT 06870
5.
Optional: Prospective bidders are strongly recommended to attend.
B.
Bid Due Date:
1.
Sealed proposals will be received as indicated below, and at that time and place will be
publicly opened and read aloud.
2.
Date: May 20, 2014
3.
Time: 12:30 PM local time
4.
Location: District Offices
5.
Address: 290 Greenwich Ave., Greenwich, Connecticut 06830, (203) 625-7400
6.
All bidders and other interested persons are invited to be present at the opening of this
bid opening(s).
Additional information for bidding is provided in the Instructions to Bidders.
Very truly yours,
Eugene H. Watts
00 0300 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0301 - INSTRUCTIONS TO BIDDERS
PART 1 - GENERAL
1.1
The Greenwich Public Schools, Greenwich, CT, invites bid proposals for the following:
A.
Ceiling & Lighting Replacement Project for the Greenwich Public Schools at the following
school:
Old Greenwich Elementary School: 285 Sound Beach Ave, Old Greenwich, CT 06870
1.2
BACKGROUND:
A.
TOWN / DISTRICT: The Town of Greenwich is approximately 30 miles northeast of New York
City and has a population of about 62,000 residents. The Greenwich Public Schools enjoy a
national reputation for excellence and have strong support from the community. The fifteen
public schools have an enrollment of 9,000 students and consists of eleven elementary schools
(K-5), the middle schools (6-8), and one comprehensive high school (9-12).
B.
ARCHITECT: KSQ Architects, PC, 235 Main Street, Suite 410, White Plains, NY 10601.
C.
CONSTRUCTION MANAGER: School Construction Consultants, 190 Motor Parkway, Suite
201, Hauppauge, NY 11788.
1.3
SCHEDULE:
A.
B.
Bidding Documents Available:
1.
At noon on April 25, 2014, Bidding Documents for the proposed project will be available.
2.
Digital Viewing: At 2:00 PM on April 25, 2014 Project Specifications can be viewed and
downloaded at the Greenwich Public Schools website: www.greenwichschools.org
3.
Hard Copy Drawings: At 2:00 PM on April 25, 2014 copies of said Bidding Documents
can be purchased from ARC/TRI-STATE, 87 Taylor Avenue, Norwalk, CT 06854, (tel)
203.866.5600 Attn: Peter Rowland. Documents may be viewed at www.bpirepro.com.
Pre-Bid Conference:
1.
2.
3.
4.
5.
C.
Date: May 5, 2014
Time: 2:30 PM
Location: Old Greenwich School
Address: 285 Sound Beach Ave, Old Greenwich, CT 06870
Optional: Prospective bidders are strongly recommended to attend.
Bid Due Date:
1.
2.
3.
4.
5.
6.
Sealed proposals will be received as indicated below, and at that time and place will be
publicly opened and read aloud.
Date: May 20, 2014
Time: 12:30 PM local time
Location: District Offices
Address: 290 Greenwich Ave., Greenwich, Connecticut 06830, (203) 625-7400
All bidders and other interested persons are invited to be present at the opening of this
bid opening(s).
INSTRUCTIONS TO BIDDERS
00 0301 - 1 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
D.
APRIL 25, 2014
QUESTIONS:
1.
Questions concerning this bid will be received by email only and directed to:
a. [email protected].
2.
The subject line must read:
a.
1.4
BID #1016-14, Ceiling & Lighting Replacement Project (Old Greenwich)
3.
All questions must be submitted no later than noon, May 14, 2014.
4.
All answers will be provided by written BID ADDENDUM by noon on May 15, 2014. It is
the responsibility of all bidders to check www.greenwichschools.org for all current
addenda up to 72 hours before the bid is due.
5.
Failure to comply with these conditions will result in the bidder waiving his right to dispute
the bid specifications and conditions.
BID SUBMISSION / REQUIREMENTS:
A.
Each bid shall be signed and accompanied by a bid security payable to the Town of Greenwich
in the amount of ten (10%) of the bid and shall be in the form of a Bid Bond only as issued in the
bid documents. Bid Bonds must use the Greenwich Public Schools Bid Bond Form (included
within the bid documents), issued by a surety company listed on the current U.S. Dept of
Treasury’s Federal Register and be licensed to underwrite bonds in the State of Connecticut.
B.
Each bid shall be accompanied by a completed copy of the CONTRACTOR'S QUALIFICATION
STATEMENT included in the bid documents. The Greenwich Public Schools reserves the right
to request further information and/or supplemental information with respect to the
QUALIFICATION STATEMENT at their sole discretion.
C.
Each bidder shall utilize the specified manufacturers. Should the contractor desire to substitute
other articles, materials, apparatus, products or process, other than those specified or approved
as equal, the contractor shall apply to the architect, in writing, for approval of such substitution.
It should be noted that the bid shall not be based on a substituted article, material, apparatus,
product or process. No substitution review shall take place prior to bid.
D.
Each form of the bid contains a section for alternates and for unit prices. All alternates prices
must be completed with a dollar value. Blanks, “Not Applicable” (N/A), “No Effect”, etc in these
portions of the BID FORM shall be construed to indicate that the particular alternate shall be
performed without increased to the contract price as they relate to the scope of the trade
package.
E.
Unit prices which do not affect the work all the bidder’s trade may be filled in “Not Applicable” or
“(N/A)”. “Not Applicable” or Blanks in these Bid Forms shall be construed to indicate that the
unit price is not applicable as it relates to the scope of the trade package.
F.
TAX: No amount shall be added for the Connecticut sales tax or Federal tax. The Greenwich
Public School system is exempt from the payment of taxes imposed by the Federal government
and/or State of Connecticut. Taxes must not be included in the bid price.
G.
PERMIT FEES: Greenwich Public Schools will secure the building permit(s) and upon award of
the Contract they will be transferred to the awarded contractor / vendor. No cost should be
included in the base bid for the building permit.
H.
WAGES: All work shall be done in accordance with applicable State statutes; conditions of
Prevailing Wages shall apply where required by State of CT DAS, projects over $100,000.
INSTRUCTIONS TO BIDDERS
00 0301 - 2 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
Prevailing Wage Schedule provided herein is for demonstrable purposes only. It is the
responsibility of the bidder / vendor to verify actual rates.
I.
COLLUSION AMONG BIDDERS:
1.
More than one offer from an individual, firm, partnership, corporation, or association
under the same or different name will be rejected. Reasonable grounds for believing that
a bidder is interested in more than one bid for the work contemplated will cause rejection
of all bids in which the bidder is interested. Any or all bidders will be rejected if there is
any reason for believing that collusion exists among the bidders.
2.
Participants in such collusion may not be considered in the future offers for the same
work. Each bidder, by submitting a bid, certifies that it is not part to any collusive action.
3.
Each bid shall be accompanied by a completely filled in and properly executed NonCollusive Affidavit, provided.
J.
EMPLOYMENT DISCRIMINATION BY CONTRACTOR PROHIBITED: The successful bidder
will not discriminate against any employee or applicant for employment because of race,
religion, color, sex, or nation origin, except where religion, sex or national original is a bona fide
occupational qualification reasonably necessary to the normal operation of the contractor. The
successful bidder agrees to post in a conspicuous place, available to employees and applicants
for employment, notices setting forth the provision of this nondiscrimination clause. The
successful bidder in all solicitations or advertisements for employment, placed by or on behalf of
the contractor, will state that such successful bidder in an EQUAL OPPORTUNITY
EMPLOYER.
K.
QUALIFICATIONS: No qualifications to the bid are allowed. If bids are qualified, they may be
deemed non-responsive and subsequently rejected.
L.
No Bidder may withdraw their Bid within 90 days after the actual date of Bid Opening.
M.
COPIES: Failure to submit a bid with four copies does not constitute a material defect.
N.
BID EVALUATION: A committee composed of various administrators will evaluate bids. The
following criteria guidelines will be used in analyzing and evaluating this bid:
1.
Conformance to the requirements of this bid, i.e. conformance to Terms, Conditions and
Scope of Work.
2.
Proven skills and technical competence.
3.
Background of the firm.
4.
For Vendor firm, identification of all personnel who will have a principal responsibility.
5.
The Board of Education may consider proximity of the vendor’s service as a factor in
determining lowest responsible bid. Companies must be located within 60 miles of the
School District in order to submit a bid.
6.
The Board of Education shall have the right to take such steps as it deems necessary to
determine the ability of the bidder to perform the work and the bidder shall furnish the
Board of Education with information and data for this purpose as the Board of Education
may request. The right is reserved to reject any bid where, on investigation, the evidence
or information submitted by such bidders does not satisfy the Board of Education that the
bidder is qualified to carry out properly the terms of the Contract.
7.
Apparent low bidder agrees to submit the following Supplements to Greenwich Pubic
Schools within 48 hours after submission of the Bid for consideration in award of the
Contract:
INSTRUCTIONS TO BIDDERS
00 0301 - 3 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
a.
b.
APRIL 25, 2014
Subcontractors; Include the names of all Subcontractors and the portions of the
Work they will perform.
Cost Breakdown identifying the Bid Price/Sum segmented into portions as
requested, broken down per school building. (Schedule of Values)
O.
AWARD: The Contract shall be awarded to the lowest responsible and qualified bidder,
meaning the bidder whose bid is the lowest of those bidders possessing the skill, ability, and
integrity necessary to faithfully perform the work based on objective criteria considering past
performance and financial responsibility. In considering past performance, the Greenwich
Public Schools shall evaluate the skill, ability, and integrity of bidders in terms of the bidders’
fulfillment of contract obligations and all the bidders’ experience or lack of experience with
projects of similar size and scope. The Greenwich Public Schools reserves the right to consider
as unqualified to do the work required by the bid documents any bidder that does not habitually
perform with its own forces the major portion of the work involved in the bid documents. No
contract will be awarded to any bidder who is at time of award not qualified under applicable
regulations issued by the Secretary of Labor, United States of Department of Labor, or any
applicable State and local laws and regulations.
P.
REJECTION: After review of all sectors, terms, and conditions, including price, Greenwich
Public Schools reserves the right to reject any and all bids, or any part thereof, or waive defects
in same.
Q.
Any bid may be withdrawn prior to the opening time and date. Any bids received after the
specified time and date will not be considered.
1.5
BIDDER QUALIFICATIONS:
A.
Companies must be located within 60 miles of the School District in order to submit a bid.
B.
Companies submitting a bid must be in business under the same corporate name for a
minimum of five (5) years.
C.
Non-Connecticut Contractors: Pursuant to Connecticut General Statutes §12-430(7), as
amended by Public Act No. 11-61, Section 66, a non-resident contractor shall comply with the
State of Connecticut’s bonding requirements.
1.6
CONTRACT:
A.
SINGLE PRIME CONTRACT will be let for:
1.
General Construction
2.
Bid awards must be approved by the Greenwich Public Schools. All contractors shall be
required to execute the Greenwich Public Schools standard form of Contract and
accompanying Payment & Performance Bonds without exception.
B.
LENGTH: This bid is for awarding the contract to cover the period beginning July 1, 2014. Once
this Bid is awarded, successful bidder must make arrangements to meet with Greenwich Public
Schools as required. Substantial completion of work will be August 11, 2014. Final Completion
of work will be August 18, 2014. Billing will be completed by October 1, 2014 at which point the
contract will end.
C.
OPTION TO EXTEND: The Board of Education may, at their option and with the approval of the
vendor, extend the period of the Contract for the 2014-2015 and 2015-2016 school years. If the
Board of Education intends to extend the contract period, the vendor shall be notified in writing
INSTRUCTIONS TO BIDDERS
00 0301 - 4 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
by the purchasing department at least fourteen (14) calendar days prior to the expiration of the
original contract.
D.
AWARD OF CONTRACT: The contract will be awarded by the Board of Education to a qualified
firm or person at compensation determined to be fair and reasonable considering budgetary
limitations, scope, complexity, and the nature of goods and/or services.
1.
If there is a conflict between the Contract Agreement and the General Conditions, the
Contract Agreement shall prevail.
2.
The successful bidder will produce for the Greenwich Public Schools review, a current
financial statement, which will remain strictly confidential.
E.
The contractor shall simultaneously with the signing of the Contract, furnish the Town the
executed Performance, Maintenance, and Payment Bond of a surety company authorized to do
business the State of Connecticut, and acceptable to the Town, in the sum of all the full amount
of the Contract Obligation in the form provided by the Town. The Performance Bond will not be
required where the total estimated cost of labor and materials under the contract with respect to
which such general bid is submitted is less than one hundred thousand dollars ($100,000).
Once a contract exceeds $100,000 the bidder will be responsible for obtaining and paying for all
bonds required by Greenwich Public Schools.
F.
FEE PAYMENTS: The Greenwich Public Schools reserves the right to provide payment in
accordance with completion of services based on the Project Schedule. All invoices shall be
received within 30 days of completion.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1
PROVISIONS:
A.
Consumption or use of alcohol and / or drugs is prohibited on school property. Any individual
with alcohol or drugs will be removed from said property and will not be allowed to work on the
project. Smoking is prohibited in all school buildings and on school grounds.
B.
Greenwich Public Schools reserves the right to reject any proposed subcontactor for reasonable
cause.
END OF SECTION 00 0301
INSTRUCTIONS TO BIDDERS
00 0301 - 5 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0400a BID FORM
CEILING & LIGHTING REPLACMENT PROJECT – OLD GREENWICH ELEMENTARY SCHOOL
The undersigned hereby proposes to furnish all labor, materials, devices, appliances, supplies,
equipment, services and other facilities necessary to complete all of the work of the above referenced
Contract, as required by, and in accordance with, the provisions of the Instructions to Bidders, the
Conditions of the Contract, the Drawings and Specifications, all as prepared by KSQ Architects, P.C., and
dated April 25, 2014; and that, if this Proposal is accepted, the Undersigned agrees to enter into an
Agreement with the Owner to perform this work for the sum(s) as follows:
SUBMITTED BY: _______________________________________________________________
Bidder’s Full Name _____________________________________________________________
Address ______________________________________________________________________
_____________________________________________________________________________
City,
State,
Zip
1.1
BASE BID: The Base Bid of this Proposal for all work required by the Contract Documents for
Ceiling & Lighting Replacement at Old Greenwich Elementary and Related Work as follows:
____________________________________________________ ($
)DOLLARS
A. ALTERNATES:
a. ADD ALTERNATE OG-1: Provide Labor and Materials for the work as identified as “OG-1” in
the drawings and specifications. Replace ceiling & lighting at first floor classrooms.
____________________________________________________ ($
)DOLLARS
b. ADD ALTERNATE OG-2: Provide Labor and Materials for the work as identified as “OG-2” in
the drawings and specifications. Replace ceiling & lighting throughout first floor corridor.
____________________________________________________ ($
c.
)DOLLARS
ADD ALTERNATE OG-3: Provide Labor and Materials for the work as identified as “OG-3” in
the drawings and specifications. Replace ceiling & lighting at second floor classrooms.
____________________________________________________ ($
)DOLLARS
B. ALLOWANCE: The undersigned Contractor has included the Allowances as specified in
Section 012100 in their Base Bid ($15,000 TOTAL).
BID FORM
00 0400 - 1 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.2
APRIL 25, 2014
ACCEPTANCE:
A.
If this bid is accepted by Greenwich Public Schools within the time period stated above, we
will:
1. Execute the Agreement within seven days of receipt of Notice of Award.
2. Furnish the required bonds within seven days of receipt of Notice of Award.
B.
1.3
If this bid is accepted within the time stated, and we fail to commence the Work or we fail to
provide the required Bond(s), the security deposit shall be forfeited as damages to
Greenwich Public Schools by reason of our failure, limited in amount to the lesser of the
face value of the security deposit or the difference between this bid and the bid upon which
a Contract is signed.
CONTRACT TIME:
A.
1.4
The Undersigned agrees in the Base Bid to complete the work as per the Milestone Schedule
provided in the Specifications.
ADDENDA:
A.
The following Addenda have been received. The modifications to the Bid Document noted below
have been considered and all cost are included in the Bid Sum.
1.
2.
3.
4.
5.
1.5
Addendum#______________________ Date__________________.
Addendum#______________________ Date__________________.
Addendum#______________________ Date__________________.
Addendum#______________________ Date__________________.
Addendum#______________________ Date__________________.
BIDDER’S FURTHER AFFIRMATION AND DECLARATION
A.
The above name bidder and should this bid be a joint bid each party thereto, further
affirm and declares;
1. That said bidder is of lawful age and the only one interested in this bid; and that no
other person, firm or corporation, except those herein above names has any interest
in this bid or in the contract proposed to be entered into.
2. That said bidder is not in arrears to the Greenwich Public School upon debt or
contract, and is not a defaulter, as surety or otherwise upon any obligation to the
Greenwich Public Schools.
3. That no member of the Greenwich Public Schools or any officer or employee of the
Greenwich Public School or person whose salary is payable in whole or in part from
the School District treasury, or the spouse of any foregoing is or shall be or become
interested, directly or indirectly, as a contracting party, partner, stockholder, surety or
otherwise, in this bid, or in the performance of the Contract, or in the supplies,
materials or equipment and work or labor to which it relates, or in any portion of the
profits thereof.
4. That he/she has carefully examined the site of the work and that, from his / her own
investigations, he/ she has satisfied him/ herself as to the nature and location of the
work, and character, quality and quantity of material, and all difficulties likely to be
encountered, the kind and extent of equipment and other facilities needed for the
BID FORM
00 0400 - 2 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
performance of the work, the general and local conditions, and all other items which
may, in any way, effect the work or its performance.
5. That if a corporation, this bid or proposal containing the Non-Collusive Binding
Certification and the foregoing Affirmation and Declaration has been authorized by
the Board of Directors of such Corporation, which authorization includes the signing
and submission of this bid or proposal and the inclusion therein of the said Certificate
of Non-Collusion and Affirmation and Declaration as the Act and Dees of the
Corporation.
1.6
BID FORM SIGNATURE(S)
_________________________________________________________________
Signature
Corporate Seal
Company Name:____________________________________________________
was hereunto affixed in the presence of:
__________________________________________________________________
Subscribed and sworn before me this day of ______ 2014
Notary Public:______________________________________________________
My Commission Expire:______________________________________________
END OF SECTION 00 0400
BID FORM
00 0400 - 3 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0410 - CONTRACTOR’S QUALIFICATION STATEMENT
With the submittal of the Bid Proposal Form (Section 00 0400), the bidder shall attach this Contractor's
Qualification Statement and shall answer the Questions herein. Failure to answer these questions in full
may be cause for rejection of the bidder’s proposal. If more space is needed, please attach other
sheets with reference to subject paragraph.
The Board of Education reserves the right to consider, but not limited to, the financial responsibility, experience and reputation in the construction industry, as well as the specific qualifications listed below and
elsewhere in this document in considering bids and awarding the contract. The Board of Education reserves the right to waive any informalities if, at its discretion the interest of the Greenwich Public Schools
will be better served.
The Undersigned certifies under oath that the information provided herein is true and sufficiently complete
so as not to be misleading.
SUBMITTED TO: Greenwich Public Schools
ADDRESS:
290 Greenwich Avenue, Greenwich, CT 06830
SUBMITTED BY:
Corporation
NAME
Partnership
ADDRESS:
Individual
PRINCIPAL OFFICE
Other
NAME OF PROJECT (if applicable) Ceiling & Lighting Replacement Project
TYPE OF WORK (file separate for each Classification of Work)
____________General Construction
___________HVAC
____________Plumbing
___________Electrical
____________Other
1.1
ORGANIZATION
A.
How many years has your organization been in business as a Contractor?
B.
How many years has your organization been in business under its present business name?
1.
C.
Under what other or former names has your organization operated?
What is the firm’s bonding range?
1.
Single
2.
Aggregate
CONTRACTOR’S QUALIFICATION STATEMENT
00 0410 - 1 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
D.
E.
F.
G.
If your organization is a corporation, answer the following:
1.
Date of Incorporation:
2.
State of Incorporation:
3.
President’s name:
4.
Vice-president’s name(s):
5.
Secretary’s name:
6.
Treasurer’s name:
If your organization is a partnership, answer the following:
1.
Date of organization:
2.
Type of partnership (if applicable):
3.
Name(s) of general partner(s):
If your organization is individually owned, answer the following:
1.
Date of organization:
2.
Name of owner:
If the form of your organization is individually owned, answer the following:
1.
1.2
APRIL 25, 2014
If the form of your organization is other than those listed above, describe it and name the
principals:
OWNERSHIP, MANAGEMENT, AFFILIATION
A.
Identify each person who is or has been within the past five years, an owner of 5.0% or more of
the firm’s shares, one of the five largest shareholders, a director, an officer, a partner or the
proprietor, or a managerial employee.
First Name
MI
Last Name
DOB
% Owned
CONTRACTOR’S QUALIFICATION STATEMENT
Director
Y or N
Officer
Y or N
Title
Partner
Y or N
00 0410 - 2 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
Joint Ventures: Provide information for all firms involved. Fill in name, % owned, office held;
indicate by Y or N whether director, officer, partner and title.
First Name
C.
APRIL 25, 2014
MI
Last Name
DOB
% Owned
Director
Y or N
Officer
Y or N
Title
Partner
Y or N
Identify any other firms in which now or in the past five years, the firm or any of the individuals
listed in questions 1.2.A and 1.2.B above, either owned or owns 5.0% or more of the shares of
or was or is one of the five largest shareholders, a director, an officer, a partner or a proprietor
of said other firm. ______Yes, list below ________No
Federal ID No.
% Owned
Firm/Company Name: Position
Company Address
D.
Has the firm or any firm listed in response to questions above defaulted or been terminated and
its surety called upon to complete, any contract awarded within the past five years (
) Yes,
(
) No. If yes, give date(s), agency(ies)/owner(s), project(s), contract numbers, and
describe including the result:
E.
List below any projects performed by the bidder in the past five (5) years on which any of the
following events occurred:
1.
Were any extension of time requested by the contractor, and were such requests
granted?
2.
Was litigation and/or arbitration commenced by either the Owner or the bidder as a result
of the work of the project performed by the bidder?
3.
Were any liens filed on the project by subcontractors or material suppliers of the bidder?
4.
Did the bidder make any claims for extra work on the project, and did said claim result in a
change order?
Project
Type of Event
CONTRACTOR’S QUALIFICATION STATEMENT
Name/Address
of Owner
Name & Phone # of
Contact Person at Owner
00 0410 - 3 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
F.
1.3
APRIL 25, 2014
For all contracts within the past five years: (a) List all liens or claims over $25,000 filed against
the firm and remaining undischarged or unsatisfied for more than 90 days; and (b) list and
describe all liquidated damages assessed.
FINANCIAL INFORMATION
A.
1.4
Provide a copy of the firm’s most recent annual financial statement.
OTHER INFORMATION
A.
Within the past five years has the firm, any affiliate, any predecessor company or entity or any
person identified in questions number 1.1 through 1.2 above been the subject of any of the
following: (Respond to each question and describe in detail the circumstances of each
affirmative answer: (Attach additional pages if necessary).
1.
A judgment of conviction for any business-related conduct
constituting a crime under state or federal law.
No_______ Yes_____
A criminal investigation or indictment for any business-related
conduct constituting a crime under state or federal law?
No_______Yes______
An order of protection filed against an officer or employee
prohibiting access to jobsite(s) or prohibiting contact
with any staff of any owner?
No_______ Yes______
A grant of immunity for any business-related conduct
constituting a crime under state and federal law?
No______ Yes______
5.
A federal or state suspension or debarment?
No______ Yes______
6.
A rejection of any bid for lack of qualifications, responsibility
or because of the submission or an informal,
non-responsive or incomplete bid?
2.
3.
4.
No_____ Yes______
7.
A rejection of any proposed subcontract for lack of qualifications,
responsibility or because of the submission or an informal,
non-responsive or incomplete bid?
No_______ Yes______
8.
A denial or revocation of prequalication?
No_______ Yes______
9.
A voluntary exclusion from bidding/contracting agreement?
No_______ Yes______
10.
Any administrative proceeding or civil action seeking specific
performance or restitution in connection with any public
works contract except any disputed work proceeding?
No______ Yes______
An OSHA Citation and Notification of Penalty containing a
a violation classified as serious?
No______ Yes______
An OSHA Citation or Notification of Penalty containing a
a violation classified as willful?
No______ Yes______
13.
A prevailing wage or supplement payment violation?
No______ Yes______
14.
A State Labor Law violation deemed willful?
No______ Yes______
11.
12.
CONTRACTOR’S QUALIFICATION STATEMENT
00 0410 - 4 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
15.
APRIL 25, 2014
Any other federal or state Citations, Notices, violation
orders, pending administrative hearings or proceedings or
determinations of a violation of any labor law or regulation?
No______ Yes______
Any criminal investigation, felony indictment or conviction
concerning formation of or any business association with,
an allegedly false or fraudulent women’s, minority or
disadvantaged business enterprise?
No______ Yes______
Any denial, decertification, revocation or forfeiture of Women’s
Business Enterprise, Minority Business Enterprise or
Disadvantaged Business Enterprise status?
No______ Yes_____
Rejection of a low bid on a State contract for failure to
meet statutory affirmative action M/WBE requirements?
No______ Yes_____
A consent order with the NYS Department of Environmental
Conservation or a federal, state or local government
enforcement determination involving a violation of federal or
state environmental laws?
No_____
20.
Any bankruptcy proceeding?
No______ Yes_____
21.
Any suspension or revocation of any business or
professional license?
No_____
Any citations, notices, violation orders, pending administrative
hearings or proceedings or determinations for violation of:
No______ Yes_____
16.
17.
18.
19.
22.
a.
b.
c.
d.
e.
f.
g.
Federal, state or local health laws, rules or regulations .
Federal, state or local environmental laws, rules and regulations.
Unemployment insurance or workers compensation coverage
or claim requirements.
ERISA (Employee Retirement Income Security Act).
Federal, state or local human rights laws.
Federal or state security laws.
Withdrawal or an agreement to withdraw a bid submitted to
a public owner or a request by a public owner to withdraw a bid?
Yes_____
Yes_____
No______ Yes_____
No______ Yes_____
No______
No______
No______
No______
Yes_____
Yes_____
Yes_____
Yes_____
No______ Yes_____
B.
During the five year period preceding the submissions of this bid, has the bidder been named as
a part in any lawsuit in an action involving a claim for personal injury or wrongful death arising
from performance of work related to any project in which it has been engaged? If the answer to
this question is yes, list all such lawsuits, the index number associated with said suit and the
status of the lawsuit at the time of the submission of this bid.
No______ Yes_____
C.
During the five year period preceding the submission of this bid, has the bidder been the subject
of proceedings before the Department of Labor for alleged violations of the Labor Law as it
relates to the payment of prevailing wages and/or supplemental payment requirements? If the
answer to this question is yes, please list each such instance of the commencement of a
Department of Labor proceeding, for which project such proceeding was commenced, and the
status of the proceeding at the time of the submission of this bid.
No______ Yes_____
CONTRACTOR’S QUALIFICATION STATEMENT
00 0410 - 5 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
D.
APRIL 25, 2014
During the five year period preceding the bidder’s submission of this bid, has the bidder been the
subject of proceedings involving allegations that it violated the Worker’s Compensation Law
including but not limited to the failure to provide proof of worker’s compensation or disability
coverage and/or any lapses thereof. If the answer to this question is yes, list such instance of
violation and the status of the claimed violation at the time of disposition of this bid.
No____
E.
Yes_____
Has the bidder, its officers, directors, owner and/or managerial employees been convicted of a
crime or been the subject of a criminal indictment during the five years preceding the submission
of this bid? If the answer to this question is yes, list the name of the individual convicted or
indicted the charge against the individual and the date of disposition of the charge.
No______ Yes_____
F.
During the five year period preceding the bidder’s submission of this bid, has the bidder been
charged with and/or found guilty of any violations of federal, state, or municipal environmental
and/or health laws, codes, rules and/or regulations. If the answer to this question is yes, list the
nature of the charge against the bidder, the date of the charge, and the status of the charge at the
time of the submission of this bid.
No______ Yes_____
G.
Has the bidder ever defaulted or had its surety called upon to complete any contract awarded
within the past five years. If the answer to this question is yes, list the projects, the dates and the
nature of the termination (convenience, suspension, for cause).
No______ Yes_____
H.
Has any officer or partner of the bidder’s organization ever defaulted or had its surety called upon
to complete any contract awarded within the past five years or been an office or partner of some
other organization that has been terminated from a project by an owner? If yes, state
No_____
Name of
Individual(s)
1.5
Name of
Organization(s)
Yes_____
Reason(s)
LICENSING
A.
List jurisdictions and trade categories in which your organization is legally qualified to do
business, and indicate registration of license numbers, if applicable.
B.
List jurisdictions in which your organization’s partnership or trade name is filed:
C.
Has any director, officer, owner or managerial employee had any professional license
suspended or revoked? If the answer is yes, list the name of the individual, the professional
license he/she formally had, whether the license was revoked or suspended and the date of the
revocation or suspension.
No______ Yes_____
CONTRACTOR’S QUALIFICATION STATEMENT
00 0410 - 6 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.6
APRIL 25, 2014
EXPERIENCE
A.
List the categories of work that your organization will perform with its own forces:
B.
Claims and Suits. (If the answer of any of the questions below is yes, please attach details.)
1.
2.
3.
Have you or has any director, officer, owner or managerial
employee ever failed to complete any work awarded to them?
If yes, list the project(s) the date(s) and the reason(s) for the
failure to complete.
No______ Yes_____
Are there any judgments, claims, arbitration proceedings
or suits pending or outstanding against your organization
or its officers?
No______Yes_____
Has your organization filed any law suits or
requested arbitration with regard to construction contracts
within the last five years?
No______ Yes_____
C.
Within the last five years, has any officer or principal of your organization ever been an officer or
principal of another organization when it failed to complete a construction contract? (If the
answer is yes, please attach details.)
No______ Yes_____
D.
On a separate sheet, list all similar construction projects your organization has in progress or
completed, giving the name of project, owner, architect, contract amount, percent complete and
scheduled completion date.
1.
E.
On a separate sheet, list all projects, not listed above, that your organization has completed or
in progress in the past five years, giving the name of the project, owner, architect, contract
amount, date of completion and percentage of the cost of the work performed with your own
forces.
1.
F.
1.7
State total worth of work in progress and under contract:
State average annual amount of construction work performed during the past five years:
On a separate sheet, list the construction experience and present commitment of the key
individuals of your organization.
REFERENCES
A.
Trade reference:
B.
Bank references:
C.
Surety:
1.
2.
3.
Name of present bonding company:
Name and address of agent:
Name or previous bonding company:
CONTRACTOR’S QUALIFICATION STATEMENT
00 0410 - 7 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.8
APRIL 25, 2014
CERTIFICATION
A.
The undersigned recognizes that this questionnaire is submitted for the purpose of the
Greenwich Public Schools (Owner) to award a contract or approve a subcontract;
acknowledges that the Owner may in its discretion, by means which it may choose, determine
the truth and accuracy of all statements made herein; acknowledge that intentional submission
of false or misleading information may constitute a felony, or a misdemeanor, and may also be
punishable by a fine or imprisonment; and states that the information submitted in this
questionnaire and any attached pages is true, accurate and complete.
Dated at this day of ___________
_________________________________________________________________________________
Name of Organization:
_________________________________________________________________________________
By:
_________________________________________________________________________________
Title:
SWORN AND SUBSCRIBED TO BEFORE ME, A NOTARY PUBLIC, IN AND FOR
THE COUNTY OF ____________________ AND THE STATE OF __________________________
THIS _______________________ DAY OF _______________________, 2014
______________________________
NOTARY PUBLIC
MY COMMISSION EXPIRES_________
END OF SECTION 00 0410
CONTRACTOR’S QUALIFICATION STATEMENT
00 0410 - 8 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0460 - NON-COLLUSIVE AFFIDAVIT
GREENWICH PUBLIC SCHOOLS
290 GREENWICH AVE
GREENWICH, CONNECTICUT
State of ___________________________:
County of _________________________:s.s.
I state that I am the_______________________ of __________________________________________
(TITLE)
(NAME OF MY FIRM)
and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers.
I am the person responsible in my firm for the price(s) and the amount of this bid.
I state that:
(1)
The price(s) and amount of this bid have been arrived at independently and without consultation
communication or agreement with any other contractor, bidder/proposer or potential
bidder/proposer.
(2)
Neither the price(s) nor the amount of this BID/RFP, and neither the approximate price(s) nor
approximate amount of this BID/RFP, have been disclosed to any other firm or person who is a
bidder/proposer or potential bidder/proposer, and they will not be disclosed before BID/RFP
opening.
(3)
No attempt has been made or will be made to induce any firm or person to refrain from
bidding/proposing on this contract, or to submit a bid/proposal higher than this BID/RFP, or to
submit any intentionally high or noncompetitive BID/RFP or other form of complementary
BID/RFP.
(4)
I fully understand that more than one offer from an individual, firm partnership; corporation or
association under the same or different name will be rejected. Reasonable grounds for believing
that a bidder/proposer is interested in more than one BID/RFP for the work contemplated may
cause rejection of all BID/RFP in which the bidder/proposer is interested. Any or all
bidders/proposers will be rejected if there is any reason for believing that collusion exists among
the bidders/proposers. Participants in such collusion may not be considered in the future offers
for the same work. Each bidder/proposer by submitting a bid/proposal certifies that it is not a part
to any collusive action.
(5)
The BID/RFP of my firm is made in good faith and not pursuant to any agreement or discussion
with, or inducement from, any firm or person to submit a complementary or other noncompetitive
bid/proposal.
(6)
______________________________________its affiliates, subsidiaries, officers, directors
(NAME OF MY FIRM)
and employees are not currently under investigation by any governmental agency and have not
in the last four years been convicted or found liable for any act prohibited by State or Federal law
in any jurisdiction, involving conspiracy or collusion with respect to bidding/proposing on any
public contract, except as follows:
I state that __________________________ understands and acknowledges that the above
(NAME OF MY FIRM)
representations are material and important, and will be relied on by Greenwich Public Schools in
awarding the bid/proposal for which this is submitted. I understand and my firm understands that
any misstatement in this affidavit is and shall be treated as fraudulent concealment from
NON-COLLUSIVE AFFIDAVIT
00 0460 - 1 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
Greenwich Public Schools of the true facts relating to the submission of BID/RFP for this
contract.
(7)
I agree deliver all services on the date and time agreed on by
____________________________________________________ and the
(NAME OF MY FIRM)
Greenwich Board of Education. Furthermore, there will not be any cancellations to the Board of
Education. If a bidder/proposer submits a bid/proposer on any item he/she will be responsible for
delivering that item at the bid/proposal cost, in accordance with the attached above
specifications, which were submitted with this bid/proposal and upon which the bid/proposal was
made.
(8)
In submitting this bid/proposal, the undersigned declares that this is made without any
connection with any persons making another bid/proposal on the same contract; that the
bid/proposal is in all respects fair and without collusion, fraud or mental reservation; and that no
official of the Town, or any person in the employ of the Town, is directly or indirectly interested in
said bid/proposal or in the supplies or work to which it relates, or in any portion of the profits
thereof.
(9)
In submitting this bid, the undersigned further declares that it has not, and will not, induce or
attempt to induce any Town of Greenwich employee or officer to violate the Greenwich Code of
Ethics in connection with its offer to provide goods or services under, or otherwise in the
performance of such contract.
(10)
The undersigned further understands that the above declarations are material representations to
the Town of Greenwich made as a condition to the acceptance of the bid/proposal. If found to be
false, the Town of Greenwich retains the right to reject said bid/proposal and rescind any
resultant contract and/or purchase order and notify the undersigned accordingly, thereby
declaring as void said bid/proposal and contract or purchase order.
(11)
The Greenwich Code of Ethics can be found at www.greenwichct.org Code of Ethics stated as
follows:
A. DEFINITIONS.
1. Indirect interest, without limiting its generality, shall mean and include the interest of any
subcontractor in any prime contract with the Town and the interest of any person or his
immediate family in any corporation, firm or partnership which as a direct or indirect
interest in any transaction with the Town.
2. Substantial financial interest shall mean any financial interest, direct or indirect, which is
more than nominal and which is not common to the interest of other citizens of the
Town.
3. Town Officer shall mean and include any official, commission, committee, legislative
body or other agency of the Town.
4. Transaction shall mean and include the offer, sale or furnishing of any real or personal
property, material, supplies otherwise, for the use and benefit of the Town for a
valuable consideration, excepting the services of any person as a Town Officer.
B. GIFTS AND FAVORS. No Town Officer or his immediate family shall accept any valuable
gift, things, favor, loan or promise which might tend to influence the performance or nonperformance of his official duties.
NON-COLLUSIVE AFFIDAVIT
00 0460 - 2 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
C. IMPROPER INFLUENCE. No Town Officer having a substantial financial interest in any
transaction with the Town or in any action to be taken by the Town shall use is office to exert his
influence or to vote on such transaction or action.
By signing this proposal the proposer understands and agrees to the attached terms, conditions,
and specifications, including Collusion among Proposers. Employment Discrimination by the
Contractor Prohibited.
VENDOR INFORMATION: (Please print the following)
___________________________________________________________________________________
Vendor Name
___________________________________________________________________________________
Address
___________________________________________________________________________________
Telephone
Fax #
___________________________________________________________________________________
E-MAIL
WEB SITE
___________________________________________________________________________________
PRINTED NAME & SIGNATURE
TITLE
SWORN AND SUBSCRIBED TO BEFORE ME, A NOTARY PUBLIC, IN AND FOR
THE COUNTY OF ____________________ AND THE STATE OF __________________________
THIS _______________________ DAY OF _______________________ , 2014
______________________________
NOTARY PUBLIC
MY COMMISSION EXPIRES_________
END OF SECTION 00 0460
NON-COLLUSIVE AFFIDAVIT
00 0460 - 3 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0641 - WAGE DETERMINATION SCHEDULE
Per instructions from the Connecticut Department of Labor: CGS 31-55A
The prevailing wage rates applicable to any contract or subcontract awarded on or after October 1, 2002
are subject to annual adjustments each July 1st for the duration of any project which was originally
advertised for bids on or after October 1, 2002.
Each contractor affected by the above requirement shall pay the annual adjusted prevailing wage rate
that is in effect each July 1st, as posted by the Department of Labor.
It is the contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly
from the Department of Labor’s Web Site. The annual adjustments will be posted on the Department of
Labor Web page: www.ctdol.state.ct.us. For those without internet access, please contact the division
listed below.
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.
Any questions should be directed to the Contract Compliance Unit, Wage and Workplace Standards
Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at
(860)263‐6790.
EXAMPLE OF WAGE DETERMINATION SCHEDULE TO FOLLOW:
WAGE DETERMINATION SCHEDULE
00 0461 - 1 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
Connecticut Department of Labor
Wage and Workplace Standards Division
Standard Wage Rates
Area 3
Rates Effective: January 1, 2014
Classification
Hourly Rate
Benefit
Assembler
$10.07
3.03
Baker
$16.75
5.03
Bartender
$10.01
3.01
Boiler Tender
$29.03
8.71
$8.70
2.61
Carpenter, Maintenance
$29.55
8.87
Cashier
$10.53
3.16
Cleaner, Heavy** Hired after July 1, 2009
$14.40
5.31 + a
Cleaner, Light** Hired after July 1, 2009
$14.10
5.31 + a
Cleaner, Vehicles
$11.59
3.48
Cook I
$15.73
4.72
Cook II
$16.80
5.04
Counter Attendant
$10.07
3.03
$9.74
2.92
Busperson
Dishwasher
Tuesday, December 31, 2013
WAGE DETERMINATION SCHEDULE
Page 1 of 5
00 0461 - 2 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
Classification
APRIL 25, 2014
Hourly Rate
Benefit
Dry Cleaner
$12.33
3.70
Electrician, Maintenance
$36.84
11.05
Elevator Operator
$11.59
3.48
Fast Food Shift Leader
$8.87
2.67
Fast Food Worker
$8.70
2.61
Food Service Worker
$12.33
3.69
Furniture Handler ~ Hired prior to July 1, 2009
$16.46
5.31 + a
Furniture Handler**Hired after July 1, 2009
$14.50
5.31 + a
Gardner
$17.87
5.37
General Maintenance Worker
$24.67
7.41
Guard I
$17.98
5.40
Guard II
$20.36
6.11
Hostess
$9.62
2.89
Housekeeping Aide
$15.70
4.71
HVAC
$26.97
8.10
Janitor* ~ Hired prior to July 1, 2009
$15.70
5.31 + a
Tuesday, December 31, 2013
WAGE DETERMINATION SCHEDULE
Page 2 of 5
00 0461 - 3 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
Classification
APRIL 25, 2014
Hourly Rate
Benefit
Janitor** Hired after July 1, 2009
N/A
Laborer**Hired after July 1, 2009
N/A
Laborer*Hired prior to July 1, 2009
N/A
Laborer, Grounds Maintenance* Hired prior to July 1, 2009
N/A
Laborer, Grounds Maintenance** Hired after July 1, 2009
N/A
Locksmith
$25.01
7.51
Maid or Houseman
$13.68
4.10
Meat Cutter
$19.45
5.84
Painter, Maintenance
$25.03
7.51
Parking Lot Attendant
$11.09
3.33
Pest Controller
$16.68
5.01
Pipefitter, Maintenance
$29.16
8.75
Plumber, Maintenance
$29.85
8.96
Presser, Hand
$10.07
3.03
Presser, Machine, Drycleaning
$10.07
3.03
Presser, Machine, Shirts
$10.07
3.03
Tuesday, December 31, 2013
WAGE DETERMINATION SCHEDULE
Page 3 of 5
00 0461 - 4 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
Classification
APRIL 25, 2014
Hourly Rate
Benefit
Presser, Machine, Wearing Apparel, Laundry
$10.07
3.03
Refuse Collector
$18.36
5.51
Sheet Metal Worker, Maintenance
$24.10
7.23
Stationary Engineer
$29.03
8.71
Tractor Operator
$17.28
5.19
Truck Driver and Snowplow Driver, Heavy Truck - Straight
truck, over 4 tons, usually 10 wheels, Bobcat, Front End
$24.52
7.36
Truck Driver and Snowplow Driver, Light Truck - Straight
truck, under 1 1/2 tons, usually 4 wheels
$17.80
5.34
Truck Driver and Snowplow Driver, Medium Truck Straight truck, 1 1/2 to 4 tons inclusive, usually 6 wheels
$19.73
5.92
Vending Machine Attendant
$16.54
4.97
Ventilation Equipment Tender
$25.92
7.78
Waiter/Waitress
$9.99
3.00
Washer, Machine
$10.62
3.19
Window Cleaner ~ Hired prior to July 1, 2009
$16.57
5.31 + a
Window Cleaner** Hired after July 1, 2009
$18.43
5.31 + a
Tuesday, December 31, 2013
WAGE DETERMINATION SCHEDULE
Page 4 of 5
00 0461 - 5 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
Classification
APRIL 25, 2014
Hourly Rate
Benefit
* Pursuant to Public Act 09-183 any grounds maintenance laborer or laborer hired prior to July 1, 2009 shall be
classified as a janitor.
** Pursuant to Public Act 09-183, any grounds maintenance laborer, laborer or janitor hired after July 1, 2009
shall be classified as a light cleaner, heavy cleaner, furniture handler or window cleaner as appropriate.
FOOTNOTES
Health and Welfare $5.31 per hour on January 1, 2014.
a. Vacation, holiday, and personal days to be determined by seniority based on
the collective bargaining agreement covering the largest member of hourly nonsupervisor employees employed within Hartford County (refer to the Fringe
Benefit Calculation Chart).
Please direct any questions which you may have pertaining to this matter to the Wage and
Workplace Standards Division, telephone (860)263-6790.
Tuesday, December 31, 2013
Page 5 of 5
END OF SECTION 00 0461
WAGE DETERMINATION SCHEDULE
00 0461 - 6 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0462 - REFERENCES
List at least five (5) references for similar projects in size, scope, and complexity, within
Connecticut and / or New York.
THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH YOUR BID.
1) Client________________________________________________________________________
Project Address_______________________________________________________________
Approximate $ Value _____________ Date: Started __________ Completed _____________
Contact: Name ____________________________Telephone # _________________________
2) Client________________________________________________________________________
Project Address_______________________________________________________________
Approximate $ Value _____________ Date: Started __________ Completed _____________
Contact: Name ____________________________Telephone # _________________________
3) Client________________________________________________________________________
Project Address________________________________________________________________
Approximate $ Value _____________ Date: Started __________ Completed _____________
Contact: Name ____________________________Telephone # _________________________
4) Client________________________________________________________________________
Project Address_______________________________________________________________
Approximate $ Value _____________ Date: Started __________ Completed _____________
Contact: Name ____________________________Telephone # _________________________
5) Client________________________________________________________________________
Project Address_______________________________________________________________
Approximate $ Value _____________ Date: Started __________ Completed _____________
Contact: Name ____________________________Telephone # _________________________
END OF SECTION 00 0462
REFERENCES
00 0462 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0472 – FORM OF BID BOND
TOWN OF GREENWICH, CONNECTICUT
BID BOND
____________________________________________________________________________________
Date Bond Executed
____________________________________________________________________________________
Principal
____________________________________________________________________________________
Surety
____________________________________________________________________________________
Penal Sum of Bond (express in words and figures )
Date of Bid
____________________________________________________________________________________
KNOW ALL MEN BY THESE PRESENTS, that we, the principal and surety above named, are held and
firmly bound unto the Town of Greenwich, Connecticut, in the penal sum of the amount stated above, for
the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, and successors, jointly and severally, firmly by these presents, THE CONDITION OF
THIS OBLIGATION IS SUCH, that whereas the principal has submitted the accompanying bid, dated as
shown above for ______________________________.
(name of bid)
____________________________________________________________________________________
NOW THEREFORE, if the principal shall not withdraw said bid within the period specified therein after the
opening of the same, or if no period be specified, within sixty (60) days after said opening, and shall
within the period specified therefore, or if no period specified, within ten (10) days after the prescribed
forms are presented to him for signature, execute such further contractual documents, if any, as may be
required by the term of the Bid as accepted, and give bonds with good and sufficient surety or sureties as
may be required, for the faithful performance and proper fulfillment of the resulting contract, and for the
protection of all person supplying labor and material in the prosecution of the work provided for in such
contract or in the event of the withdrawal of said bid within the period specified, or the failure to enter into
such contract and give such bonds within the time specified, if the principal shall pay the Town of
Greenwich, Connecticut, the difference between the amount specified in said bid and the amount for
which said Town may procure the required work, supplies, and services, if the latter amount be in
excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full
force and virtue.
IN WITNESS WHEREOF the above bounden parties have executed this instrument under their several
seals on the date indicated above. The name and corporate seal (if applicable) of each corporate party
being hereto affixed:
FORM OF BID BOND
00 0472 - 1 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
___________________________________________________________________________________
Name of Partnership
_____________________________________________________________________________ (SEAL)
Business Address
___________________________________________________________________________________
Partner- (Hereunto Duly Authorized)
IN THE PRESENCE OF:
WITNESS
INDIVIDUAL PRINCIPAL
1.__________________________________AS
TO___________________ (SEAL)
2.__________________________________AS
TO___________________ (SEAL)
3.__________________________________AS
TO___________________ (SEAL)
4.__________________________________AS
TO___________________ (SEAL)
***************************************************************************************************
__________________________________________
CORPORATE/ LLC PRINCIPAL
WITNESS
__________________________________________
BUSINESS ADDRESS
AFFIX
CORPORATE
SEAL
____________________________________
__________________________________________
BY- (HEREUNTO DULY AUTHORIZED)
_________________________________________
TITLE
***************************************************************************************************
__________________________________________
CORPORATE/ LLC PRINCIPAL
WITNESS
__________________________________________
BUSINESS ADDRESS
AFFIX
CORPORATE
SEAL
____________________________________
__________________________________________
BY- (HEREUNTO DULY AUTHORIZED)
__________________________________________
TITLE
FORM OF BID BOND
00 0472 - 2 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0473 - CERTIFICATE AS TO CORPORATE PRINCIPAL
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, ____________________________________________________________, certify that I am the
________________________________ of the corporation named as principal in the within bond;
that ________________________________, who signed said bond on behalf of the principal, was
then ________________________ of the corporation; that I know his signature, and his signature
thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of
said corporation by authority of its governing body.
___________________________________
(Corporate Seal)
END OF SECTION 00 0473
CERTIFICATE AS TO CORPORATE PRINCIPAL
00 0473 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0474 – PERFORMANCE, MAINTENANCE AND PAYMENT BOND
BOND NO. _______________________ CONTRACT NO. _______________________________
KNOW ALL MEN BY THESE PRESENTS. That we ___________________________________________
_____________________________________, as Principal, and ________________________________
a corporation organized under the laws of the State of_________________________ and authorized to do
business in the State of Connecticut as Surety, for holden and firmly bound jointly and severally unto the Town
of Greenwich, Connecticut, herein referred to as the Town, the territorial corporation located in the County of
Fairfield, in the penal sum of
_________________________________________________________ Dollars ($__________________),
to be paid to it or its certain attorney, successors or assigns, to which payment well and truly to be made, we
the said Obligors do bind ourselves, and each of us, our heirs, executors, administrators, and successors firmly
by these presents.
IN WITNESS WHEREOF we have hereunto set for cause to be set our respective hands, names and seals this
___________________________ day of __________________________, 20___
The condition of this obligation is such, that whereas the above named Principal has entered into a certain
written contract with the Town of Greenwich, Connecticut, dated the
___________________________ day of __________________________, 20___
NOW, THEREFORE, if the said Principal shall well and faithfully perform said contract according to its
provisions, and fully indemnify and save harmless the Town from all costs and damages which the Town may
suffer by reason of failure so to do, and shall pay for all equipment, appurtenances, materials and labor
furnished, used or employed in the execution of said contract, and shall indemnify and save harmless the Town
from all suits or claims of any nature or description against the Town by reason of any injuries or damages
sustained by any person or persons on account of any act or omission of said Principal, his servants or agents,
or his subcontractors in the construction of the work or in guarding the work, or on account of the use of faulty
or improper materials, or by reason of claims under the Workmen’s Compensation Laws or other laws by any
employee of the Principal or his subcontractors, or by reason of the use of patented material, machinery,
device, equipment, process, method of construction or design in any way involved in the work, and shall
indemnify the Town against such defective workmanship, material and equipment as may be discovered within
one (1) year after completion and final acceptance of the work, and shall make good in such defective
workmanship and material as may be discovered within said period of one (1) year, then the obligation shall be
void, otherwise to remain in full force and effect.
The Surety hereby stipulates and agrees that any modifications, omissions or additions in or to the terms of the
aforesaid contract, or in or to the plans or specifications therefor, or any extension of time, shall in no wise
affect the obligation of the Surety under this bond, the surety hereby waiving any and all right to any notice of
any such modifications, omissions, changes, additions or extensions.
Contractor Name:___________________________________
By:_____________________________________
Surety Name:______________________________________
By:_____________________________________
END OF SECTION 00 0474
PERFORMANCE MAINTENANCE AND PAYMENT BOND
00 0474 - 1 of 1
APRIL 25, 2014
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
SECTION 00 0481 - INSURANCE PROCEDURE
PLEASE NOTE:
THIS PAGE MUST BE RETURNED WITH YOUR BID/PROPOSAL. FAILURE TO DO SO MAY RESULT
IN YOUR BID/PROPOSAL BEING REJECTED.
Please take the insurance requirements of the Contract to your agent/broker immediately upon receipt of the
bid documents to determine your existing coverage and any costs for new or additional coverage required for
the work noted in this Request for Bid/Proposal. Any bids/proposals with deficient insurance requirements will
be rejected. The firm who is awarded the Bid/Proposal must return the contract, agent/broker and insurance
form within two (2) weeks from the date on the award letter.
PLEASE CHECK THE APPROPRIATE BOX
YES
NO
1. General Liability $3,000,000.00
Includes minimum coverages for combined bodily
injury and property damage liability of $2,000,000
general aggregate and $1,000,000 per occurrence.
2. Automobile Liability
3. Excess Liability
$1,000,000.00
$5,000,000.00
4. Worker’s Compensation and Employer’s Liability
5. Ability to Return Contract and Insurance Documents
Within Two (2) Weeks
6. Able to Provide the Town with Thirty (30) Days Prior
Written Notice of Cancellation
STATEMENT OF VENDOR:
I have read the insurance requirements for this work and have taken the documentation to my insurance
agent/broker. The bid/proposal cost reflects any additional costs relating to insurance requirements for this
work.
Signature
Date
Contract
END OF SECTION 00 0481
INSURANCE PROCEDURE
00 0481 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0482 – INSURANCE REQUIREMENTS
Insurance Requirements: Before starting and until final completion and acceptance of the work called for in
the Contract and expiration of the guarantee period provided for in the Contract, the Contractor and its
subcontractors, if any, shall procure and maintain insurance of the types and amounts checked in
paragraphs A through F below for all Contract operations.
A.
General Liability, with minimum coverages for combined bodily injury and property
damage liability of $2,000,000 general aggregate, $1,000,000 per occurrence
including:
1.
Commercial General Liability.
2.
Town as additional insured.
3.
Owners and Contractors Protective Liability
(separate policy in the name of the Town).
B.
Comprehensive Automobile Liability, with minimum coverages of $1,000,000
combined single limit for bodily injury and property damage, including, where
applicable, coverage for any vehicle, all owned vehicles, scheduled vehicles, hired
vehicles, non-owned vehicles and garage liability.
C.
Excess Liability, with minimum coverage of $5,000,000 in umbrella form, or such
other form as approved by Town Department Head and Risk Management Director.
D.
Workers' Compensation and Employer's Liability, with minimum coverages as
provided by Connecticut State Statutes.
E.
Professional Liability (for design and other professionals for Errors and Omissions),
with minimum coverage of $1,000,000. If the policy is on a claims-made basis,
coverage shall be continually renewed or extended for three (3) years after work is
completed under the Contract.
F.
Other (Builder's Risk, etc.):
G.
CERTIFICATE HOLDER: TOWN OF GREENWICH / GREENWICH PUBLIC
SCHOOLS
ATTN: BOARD OF EDUCATION (Also fill in on ACORD Certificate of Insurance)
101 Fieldpoint Road, Greenwich, CT 06830.
.
The Acord certificate of insurance form must be executed by your insurance agent/broker and returned
to this office. Company name and address must conform on all documents including insurance
documentation. It is required that agent/broker note the individual insurance companies providing
coverage, rather than the insurance group, on the Acord form. The Contract number (provided to the
awarded Contractor), project name and a brief description must be inserted in the “Description of
Operations” field. It must be confirmed on the Acord Form that the Town of Greenwich / Greenwich
Public Schools, KSQ Architects, PC, and School Construction Consultants, Inc. is endorsed as an
additional insured by having the appropriate box checked off and/or stating such in the “Description of
Operations” field.
A letter from the awarded vendor’s agent/broker certifying that the Town of Greenwich / Greenwich Public
Schools has been endorsed onto the general liability policy as an additional insured is also mandatory.
This letter must follow exactly the format provided by the Board of Education and must be signed by the
individual authorized representative who signed the Acord form. Contract development will begin upon
receipt of complete, correct insurance documentation.
INSURANCE REQUIREMENTS
00 0482 - 1 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
The Contractor shall be responsible for maintaining the above insurance coverages in force to secure all of
the Contractor's obligations under the Contract with an insurance company or companies with an AM Best
Rating of B+:VII or better, licensed to write such insurance in Connecticut and acceptable to the Risk
Manager, Town of Greenwich. For excess liability only, non-admitted insurers are acceptable, provided they
are permitted to do business through Connecticut excess line brokers per listing on the current list of
Licensed Insurance Companies, Approved Reinsurers, Surplus Lines Insurers and Risk Retention Groups
issued by the State of Connecticut Insurance Department.
END OF SECTION 00 0482
INSURANCE REQUIREMENTS
00 0482 - 2 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0483A – SAMPLE ENDORSEMENT LETTER
AGENT/BROKER
(LETTERHEAD)
(Date)
Town of Greenwich
Board of Education
Attention: Eugene Watts, Senior Buyer
290 Greenwich Avenue
Greenwich, CT 06830
Re:
(Name of the Insured)
Town of Greenwich Contract No.
Dear Mr. Watts:
The undersigned hereby certifies as follows:
(1)
I am a duly licensed insurance agent under the laws of the State of [insert state]
and an authorized representative of all companies affording coverage under the Acord
form submitted herewith;
(2)
The Town of Greenwich has been endorsed as an additional insured under
general liability policy no. [insert policy number], issued by [insert company affording
coverage] to [name of insured];
(3)]
The general liability policy referenced in paragraph (2) above meets or exceeds
the coverage in Commercial General Liability ISO form CG 00 01 10 01, including
contractual liability;
(4)
The policies listed in the Acord form submitted to the Town of Greenwich
in connection with the above referenced contract have been issued to the insured
in the amounts stated and for the periods indicated in the Acord form; and
(5)
Should any of the above described policies be cancelled before the expiration date
thereof, notice will be delivered in accordance with the policy provisions.
Sincerely,
(Signature)
Authorized Representative for all companies listed in the Acord form
END OF SECTION 00 0483A
SAMPLE ENDOREMENT LETTER
00 0483A - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
00 0483B – A.M. BEST KEY RATING GUIDE FORM
The following insurance companies are licensed in the State of Connecticut per the 2011 edition
of the A.M. Best Key Rating Guide For Property and Casualty,
1.
Company Name: __________________________________
a) Page Number: _____________
b) Rating is:
2.
_____________
Company Name: __________________________________
a) Page Number: _____________
b) Rating is:
3.
_____________
Company Name: __________________________________
a) Page Number: _____________
b) Rating is:
4.
_____________
Company Name: __________________________________
a) Page Number: _____________
b) Rating is:
5.
_____________
Company Name: __________________________________
a) Page Number: _____________
b) Rating is:
6.
_____________
Company Name: __________________________________
a) Page Number: _____________
b) Rating is:
_____________
END OF SECTION 00 0483B
A.M. BEST KEY RATING GUIDE FORM
00 0483B - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0483C - AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT
COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES
CONTRACT COMPLIANCE REGULATIONS
NOTIFICATION TO BIDDERS
AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT
The contract to be awarded is subject to contract compliance requirements mandated by Sections
4a-60 and 4a-60a of the Connecticut General Statutes; and, when the awarding agency is the
State, Sections 46a-71(d) and 46a-81i(d) of the Connecticut General Statutes. There are Contract
Compliance Regulations codified at Section 46a-68j-21 through 43 of the Regulations of
Connecticut State Agencies, which establish a procedure for awarding all contracts covered by
Sections 4a-60 and 46a-71(d) of the Connecticut General Statutes. According to Section 46a-68j30(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 46a68-1 to 46a-68-17 of the Administrative Regulations of Connecticut State Agencies, inclusive;
(c) the bidder’s promise to develop and implement a successful affirmative action plan;
(d) the bidder’s submission of employment statistics contained in the “Employment Information
Form”, indicating that the composition of its workforce is at or near parity when compared to the
racial and sexual composition of the workforce in the relevant labor market area; and
(e)the bidder’s promise to set aside a portion of the contract for legitimate minority business
enterprises. See Section 46a-68j-30(10)(E) of the Contract Compliance Regulations.
AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT
00 0483C - 1 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
*INSTRUCTIONS: Bidders must sign acknowledgement below and return acknowledgement
to Awarding Agency along with bid proposal.
The undersigned acknowledges receiving and reading a copy of the “Notification to Bidders”
form.
________________________________
Signature
___________________________
Date
On behalf of:
___________________________________
____________________________________
____________________________________
END OF SECTION 00 0483C
AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT
00 0483C - 2 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0484B – SAMPLE CONTRACT
THE FOLLOWING PAGES ARE A SAMPLE COPY OF THE TOWN OF
GREENWICH CONTRACT FOR YOUR REVIEW. YOU MUST BE ABLE
TO SIGN THIS CONTRACT AND MEET THE NECESSARY INSURANCE
AS REQUIRED BY THE TOWN OF GREENWICH IN ORDER FOR YOUR
PROPOSAL TO BE CONSIDERED.
SAMPLE CONTRACT
00 0484B - 1 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
Town Department:
Division:
APRIL 25, 2014
State of Connecticut
Town of Greenwich
Contract
Contract No.:
Account Name:
Name and
Address
Of
Account Code
Total Amount
of Contract
This Agreement made this ____day of __________ between Town of Greenwich/BOE hereafter called the Town and (Company
Name) hereafter called the Contractor Witnessed as follows:
1.
The contractor agrees to furnish materials and perform services as shown in specifications and contract documents hereto
attached and made a part hereof, and consisting of numbered pages from 1 to
.
2.
The Town agrees to pay the price designated for such materials and services upon certification by the proper agent of the Town.
3.
This contract shall not be valid until approved by the Town Counsel and countersigned by the Town Comptroller.
TOWN OF GREENWICH
By________________________________________
Its Managing Director of Operations Benjamin B. Branyan
CONTRACTOR
By________________________________________
Its
CORPORATE ACKNOWLEDGEMENT
STATE OF CONNECTICUT)
) ss:
COUNTY OF FAIRFIELD )
, 2014
of
Personally appeared
Name and title of Officer
Signer and sealer of the foregoing instrument, who being duly authorized and appointed by the Board of Directors of said
Corporation, acknowledged the foregoing instrument to be his free act and deed and the free act and deed of said
_____________________________________, before me
(Corporation)
____________________________________________
Notary Public
SAMPLE CONTRACT
00 0484B - 2 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGEMENT
(delete words in parenthesis if not a partnership)
STATE OF CONNECTICUT)
)
ss:
, 2014
COUNTY OF FAIRFIELD )
, (one of the members of the partnership of
Personally appeared
,
Name and title of Officer
signer and sealer of the foregoing instrument and acknowledged the same to be his free act and deed (and the free act and
deed of said partnership), before me
____________________________________________
Notary
Public
Approved as to legal sufficiency
Date________________________________________________
_____________________________________________
Town Counsel
I
hereby certify that the estimated amount of this
contract does not exceed the unencumbered balances of amounts duly appropriated and against which this contract is
chargeable as indicated hereon.
Date_________________________________________
SAMPLE CONTRACT
_________________________________________
Comptroller
00 0484B - 3 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
AGREEMENT
CONTRACT NO.
THIS AGREEMENT, executed this
day of
in the year Two Thousand
Thirteen (herein referred to as the "AGREEMENT"), by and between the Town of Greenwich,
Connecticut,
acting
through
__________________________________________________
hereunto duly authorized, "OWNER" and ___________________________________________,
acting through __________________________________________________ (insert name of
individual and title) duly authorized, "CONTRACTOR".
WITNESSETH, that the parties to these presents, each in consideration of the under-taking,
promises and agreements on the part of the other herein contained, have undertaken, promised
and agreed to do hereby undertake, promise and agree, the Owner for itself, its successors and
assigns, and the Contractor for himself and his heirs, executors, administrators, successors and
assigns, as follows:
1.
DEFINITIONS:
Wherever the words hereinafter defined or pronouns used in their stead occur in the Contract
Documents, they shall have the following meaning:
The word "Owner" shall mean the Town of Greenwich and shall include its authorized
representative.
The word "Contractor" shall mean the person or organization identified as such in this
Agreement and shall include his authorized representative.
The words "Contracting Officer or Agency" shall mean that official of the Town which awards the
contract, executes the Agreement and is the Owner's authorized representative.
The Information for Bidders, the Contractor's Bid as accepted by the Owner, the Contract
Conditions and Specifications and the General, Technical and Materials Specifications, the
Drawings, and all addenda and amendments to any of the foregoing, collectively constitute the
Contract Documents, and are sometimes herein referred to as the "Contract".
2.
DESCRIPTION OF WORK:
This project consists of replacement of Ceiling & Lighting, including asbestos abatement,
suspension systems, removal and replacement of ceilings, lighting, vacancy sensors etc
SAMPLE CONTRACT
00 0484B - 4 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.
APRIL 25, 2014
PAYMENT:
The Contractor shall be paid on a monthly basis after presentation of vouchers, and
subject to acceptance and approval by the Town of Greenwich.
Such payments will be made by the Town of Greenwich monthly for all services actually
rendered, and the acceptance by the Contractor of any such monthly payment shall be a
release to the Town of all claims and all liability to the Contractor in connection with the
contract, arising during the period for which payment is made. No payment, however, shall
operate to release the Contractor or its sureties or insurers from any obligation under the
Contract to be entered into or the Performance Bond or any insurance policies issued in
connection with said contract.
4.
PERFORMANCE MAINTENANCE AND PAYMENT BOND:
The Contractor shall, simultaneously with the signing of the Contract, furnish the Town
the executed Performance, Maintenance and Payment Bond of a surety company authorized to
do business in the State of Connecticut, and acceptable to the Town, in the sum of the full
amount of the Contract obligation in the form provided by the Town.
THE ABOVE IS ONLY REQUIRED FOR CONTRACTS EXCEEDING $100,000.00.
5.
GUARANTEE:
The Contractor guarantees that the Work and services to be performed, furnished, used
or installed in the construction of the same, shall be free from defects and flaws, and shall be
performed and furnished in strict accordance with the Drawings, if any, Specifications, and other
Contract Documents, that the strength of all parts of all manufactured equipment shall be
adequate and as specified and that the performance test requirements of the Contract shall be
fulfilled. This guarantee shall be for a period of one year from and after the date of completion
and acceptance of the Work as stated in the final estimate. The Contractor shall repair, correct
or replace as required, promptly and without charge, all work, equipment and material, or parts
thereof, which fail to meet the above guarantee or which in any way fail to comply with or fail to
be in strict accordance with the terms and provisions and requirements of the Contract during
such one-year period, and also shall repair, correct, or replace all damage to the Work resulting
from such failure.
6.
DEFECTIVE WORK:
The inspection of the Work shall not relieve the Contractor of any of his obligations to
perform and complete the Work as required by the Contract. Defective work shall be corrected
and unsuitable materials, equipment apparatus and other items shall be replaced by the
Contractor, notwithstanding that such work, materials, equipment, apparatus and other items
may have been previously overlooked or accepted or estimated for payment. If the work or any
part thereof shall be found defective at any time before the final acceptance of the work, the
Contractor shall forthwith make good such defect in a manner satisfactory to the Town; if any
material, equipment, apparatus or other items brought upon the site for use or incorporation in
the work, or selected for the same, is condemned by the Town as unsuitable or not in conformity
SAMPLE CONTRACT
00 0484B - 5 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
with the Specifications or any of the other Contract Documents, the Contractor shall forthwith
remove such materials, equipment, apparatus and other items from the site of the Work and
shall at his own cost and expense make good and replace the same and any material furnished
by the Town which shall be damaged or rendered defective by the handling or improper
installation by the Contractor, his agents, servants, employees or subcontractors.
7.
COMPLIANCE WITH LAWS:
The Contractor shall keep himself fully informed of all existing and future federal, state
and local laws, ordinances, rules and regulations affecting those engaged or employed on the
work, the materials and equipment used in the work or the conduct of the work, and of all
orders, decrees and other requirements of bodies or tribunals having any jurisdiction or
authority over the same. If any discrepancy or inconsistency is discovered in the Drawings, if
any, Specifications or other Contract Documents in relation to any such law, ordinance, rule,
regulation, order, decree or other requirement, the Contractor shall forthwith report the same to
the Town in writing. The Contractor shall at all times observe and comply with, and cause all his
agents, servants, employees and subcontractors to observe and comply with all such existing
and future laws, ordinances, rules, regulations, orders, decrees and other requirements, and he
shall protect, indemnify and save harmless the Town, its officers, agents, servants and
employees from and against any and all claims, demands, suits proceedings, liabilities,
judgments, penalties, losses, damages costs and expenses, including attorneys' fees, arising
from or based upon any violation or claimed violation of any such law, ordinance, rule,
regulation, order, decree or other requirement, whether committed by the Contractor or any of
his agents, servants, employees or subcontractors.
8.
INDEMNITY:
The Contractor shall indemnify and save harmless the Town and its officers, agents,
servants and employees, from and against any and all claims, demands, suits, proceedings,
liabilities, judgments, awards, losses, damages, costs and expenses, including attorneys' fees,
on account of bodily injury, sickness, disease or death sustained by any person or persons or
injury or damage to or destruction of any property, directly or indirectly arising out of, relating to
or in connection with the Work, whether or not due or claimed to be due in whole or in part to
the active, passive or concurrent negligence or fault of the Contractor, his officers, agents,
servants or employees, any of his subcontractors, the Town any of his respective officers,
agents, servants or employees and/or any other person or persons, and whether or not such
claims, demands, suits or proceedings are just, unjust, groundless, false or fraudulent; and the
Contractor shall and does hereby assume and agrees to pay for the defense of all such claims,
demands, suits and proceedings; and provided that the Contractor shall not be required to
indemnify the Town, its officers, agents, servants or employees against any such damages
occasioned solely by acts or omissions of the Town other than supervisory acts or omissions of
the Town in connection with the Work.
INDEMNITY AGAINST SUBCONTRACTORS' CLAIMS:
If any other contractor or any subcontractor of any such other contractor shall suffer or
claim to have suffered loss, damage or delay by reason of the acts or omissions of the
Contractor or of any of his subcontractors, the Contractor agrees to assume the defense against
any such claim and to reimburse such other contractor or subcontractor for such loss or
damage. The Contractor agrees to and does hereby indemnify and save harmless the Town
SAMPLE CONTRACT
00 0484B - 6 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
from and against any and all claims by such other contractors or subcontractors, alleging such
loss, damage or delay and from and against any and all claims, demands, suits, proceedings,
liabilities, judgments, awards, losses, damages, costs and expenses including attorneys' fees,
arising out of, relating to or resulting from such claims.
9.
PATENTS:
The Contractor shall indemnify and save harmless the Town and all persons acting for or
on behalf of the Town from all claims and liability of any nature or kind, and all damages, costs
and expenses, including attorneys' fees, arising from or occasioned by an infringement or
alleged infringement of any patents or patent rights on any invention, process, materials,
equipment, article, or apparatus, or any part hereof, furnished and installed by the Contractor, or
arising from or occasioned by the use or manufacture thereof, including their use by the Town.
10.
CHANGES:
The Town, through its designated Agent, may make changes in the Work and in the
Drawings, if any, and Specifications therefore by making alterations therein, additions, thereto
or omissions there from. All work resulting from such changes shall be performed and furnished
under and pursuant to the terms and conditions of the Contract. If such changes result in an
increase or decrease in the Work to be done hereunder, or increase or decrease the quantities
thereof, adjustment in compensation shall be made therefore. For eliminated or decreased
work the Contractor shall allow the Town a reasonable credit as determined by the Parties.
Except in an emergency endangering life or property, no change shall be made unless in
pursuance of a written order from the Town authorizing the change, and no claim for additional
compensation shall be valid unless the change is so ordered.
The Contractor agrees that he shall neither have nor assert any claim for or be entitled
to any additional compensation for damages or for loss of anticipated profits on work that is
eliminated.
11.
CLAIMS FOR DAMAGES:
If the Contractor makes claim for any damages alleged to have been sustained by
breach of contract or otherwise, he shall, within ten (10) days after occurrence of the alleged
breach or within ten (10) days after such damages are alleged to have been sustained
whichever date is the earlier, file with the Contracting Officer a written, itemized statement of the
details of the alleged breach and the details and amount of the alleged damages. The
Contractor agrees that unless such
statement is made and filed as so required, his claim for damages shall be deemed waived,
invalid and unenforceable, and that he shall not be entitled to any compensation for any such
alleged damages. Within ten (10) days after the timely filing of such statement, the Contracting
Officer shall file with the appropriate department of the Town, one copy of the statement, and
shall file with the Town and the Contractor his determination thereon. The Contractor shall not
be entitled to claim any additional compensation for damages by reason of any direction,
instruction, determination or decision of the Town or its agents, nor shall any such claims be
considered, unless the Contractor shall have complied in all respects with the provisions of this
paragraph.
SAMPLE CONTRACT
00 0484B - 7 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
12.
APRIL 25, 2014
ABANDONMENT OF THE WORK OR OTHER DEFAULT:
If the Work shall be abandoned, or any part thereof shall be sublet without previous
written consent of the Town, or the Contract or any moneys payable hereunder shall be
assigned otherwise than as herein specified, or if at any time the Contracting Officer shall be of
the opinion, and shall so certify in writing, that the conditions herein specified as to rate of
progress are not being complied with, or that the Work or any part thereof is being
unnecessarily or unreasonably delayed, or that the Contractor has violated or is in default under
any of the provisions of the Contract, or if the Contractor becomes bankrupt or insolvent or goes
or is put into liquidation or dissolution, either voluntarily or involuntarily, or petitions for an
arrangement or reorganization under the Bankruptcy Act, or makes a general assignment for
the benefit of creditors or otherwise acknowledges insolvency, the happening of any of which
shall be and constitute a default under the Contract, the Town may notify the Contractor in
writing, with a copy of such notice mailed to the surety, to discontinue all Work or any part
thereof; thereupon the Contractor shall discontinue such Work or such part thereof as the Town
may designate; and the Town may, upon giving such notice, by Contract or otherwise as it may
determine, complete the Work or such part thereof and charge the entire cost and expense of
so completing the work. The Town shall be entitled to reimbursement from the Contractor and
the Contractor agrees to pay to the Town any losses, damages, costs and expenses, including
attorneys' fees, sustained or incurred by the Town by reason of any of the foregoing causes. For
the purpose of such completion the Town may for itself or for any Contractors employed by the
Town take possession of and use or cause to be used any and all materials, equipment, plant,
machinery, appliances, tools, supplies and such other items of every description that may be
found or located at the site of the Work.
All costs, expenses, losses, damages, attorneys' fees, and any and all other charges
incurred by the Town under this subsection shall be charged against the Contractor and
deducted and/or paid by the Town out of any moneys due and payable or to become due or
payable under the Contract to the Contractor; in computing the amounts chargeable to the
Contractor, the Town shall not be held to a basis of the lowest prices for which the completion of
the Work or any part thereof might have been accomplished, but all sums actually paid or
obligated therefore to effect its prompt completion shall be charged to and against the account
of the Contractor. In case the costs, expenses, losses, damages, attorneys' fees and other
charges together with all payments theretofore made to or for the account of the Contractor are
less than the sum which would have been payable under the Contract if the Work had been
properly performed and completed by the
Contractor, the Contractor shall be entitled to receive the difference, and, and in case such
costs, expenses, losses, damages, attorneys' fees and other charges, together with all
payments theretofore made to or for the account of the Contractor, shall exceed the said sum,
the Contractor shall pay the amount of the excess to the Town.
13.
LIENS:
If at any time any notices of lien or other legal process are filed for labor performed or
materials or equipment manufactured, furnished, or delivered to or for the Work, the Contractor
shall, at its own cost and expense, promptly discharge, remove or otherwise dispose of the
same, and until such discharge, removal or disposition, the Town shall have the right to retain
from any moneys payable hereunder an amount which, in its sole judgment, it deems necessary
to satisfy such liens and pay the costs and expenses, including attorneys' fees, of defending any
SAMPLE CONTRACT
00 0484B - 8 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
actions brought to enforce the same, or incurred in connection therewith or by reason thereof.
14.
CLAIMS:
If at any time there be any evidence of any claims for which the Contractor is or may be
liable or responsible hereunder, the Contractor shall promptly settle or otherwise dispose of the
same, and until such claims are settled or disposed of, the Town may retain from any moneys
which would otherwise be payable hereunder so much thereof as, in its sole judgment, it may
deem necessary to settle or otherwise dispose of such claims and to pay the costs and
expenses, including attorneys' fees, of defending any actions brought to enforce such claims or
incurred in connection therewith or by reason thereof.
15.
LIABILITY OF TOWN:
No person, firm or corporation, other than the Contractor, who signed this Contract as
such, shall have any interest herein or rights hereunder. No claim shall be made or be valid
either against the Town or any agent of the Town and neither the Town nor any agent of the
Town shall be liable for or be held to pay any money, except as herein provided. The
acceptance by the Contractor of the payment as fixed in the final estimate shall operate as and
shall be a full and complete release of the Town and of every agent of the Town of and from any
and all claims, demands, damages and liabilities of, by or to the Contractor for anything done or
furnished for or arising out of or relating to or by reason of the Work or for or on account of any
act or neglect of the Town or of any agent of the Town or of any other person, arising out of,
relating to or by reason of the Work, except the claim against the Town for the unpaid balance,
if any there be, of the amounts retained as herein provided.
16.
PROVISIONS REQUIRED BY LAW DEEMED INSERTED:
Each and every provision of law and clause required by law to be inserted in the
Contract shall be deemed to be inserted herein, and the Contract shall be read and enforced as
though they were included herein. If through mistake or otherwise any such provision is not
inserted, or is not correctly inserted, then upon the application of either party, the Contract shall
forthwith be physically amended to make such insertion.
17.
PERMITS:
The Contractor shall, at his own expense, take out and maintain all necessary permits
from the State, Town, or other public authorities; shall give all notices required by law; and shall
post all bonds and pay all fees and charges incident to the due and lawful prosecution of the
Work.
18.
NOT TO SUBLET OR ASSIGN:
The Contractor shall constantly give his personal attention to the faithful prosecution of
the Work, shall keep the same under his personal control, shall not assign the Contract or
sublet the Work or any part thereof without the previous written consent of the Town, and shall
not assign any of the moneys payable under the Contract, or his claim thereto, unless by and
with the like written consent of the Town and the surety on the Contract Bonds. Any assignment
or subletting in violation hereof shall be void and unenforceable.
SAMPLE CONTRACT
00 0484B - 9 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
19.
APRIL 25, 2014
EMPLOY COMPETENT PEOPLE:
The Contractor shall employ only competent people on the Work and shall not employ
people or means which may cause strikes, work stoppages and/or disturbances by workmen
employed by the Contractor, any subcontractor, the Town, the Contracting Officer or any other
contractor. Whenever the Contracting Officer notifies the Contractor in writing that in his opinion
any person on the Work is incompetent, unfaithful, disorderly, or otherwise unsatisfactory or not
employed in accordance with the provisions of the Contract, such person shall be discharged
from the Work and shall not again be employed on it, except with the written consent of the
Contracting Officer.
20.
EMPLOY SUFFICIENT LABOR AND EQUIPMENT:
If in the sole judgment of the Contracting Officer the Contractor is not employing
sufficient labor, plant, equipment or other means to complete the Work within the time specified,
the Contracting Officer may, after giving written notice, require the Contractor to employ such
additional labor, plant, equipment and other means as the Contracting Officer deems necessary
to enable the Work to progress properly.
21.
INTOXICATING LIQUORS:
The Contractor shall not sell and shall neither permit nor suffer the introduction or use of
intoxicating liquors upon or about the Work.
22.
ACCESS TO WORK:
The Town, the Contracting Officer, and their officers, agents, servants and employees
may at any and all times and for any and all purposes, enter upon the Work and the site thereof
and the premises used by the Contractor, and the Contractor shall at all times provide safe and
proper facilities therefore.
23.
EXAMINATION OF WORK:
The Contracting Officer shall be furnished by the Contractor with every reason able
facility for examining and inspecting the Work and for ascertaining that the Work is being
performed in accordance with the requirements and intent of the Contract, even to the extent of
requiring the uncovering or taking down portions of finished work by the Contractor.
24.
EXTRA WORK:
The Contractor shall perform any extra work (work in connection with the Contract but
not provided for herein) when and as ordered in writing by the Contracting Officer, at the unit
prices stipulated in the Contract for such work or, if none are so stipulated, either (a) at the price
agreed upon before such work is commenced and named in the written order for such work, or
(b) if the Contracting Officer so elects, for the reasonable cost of such work, as determined by
the Contractor and approved by the Contracting Officer, plus a percentage of such cost, as may
be agreed upon by Contract and Contracting Officer.
25.
CHANGES NOT TO AFFECT BONDS:
SAMPLE CONTRACT
00 0484B - 10 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
It is distinctly agreed and understood that any changes made in the work or the
Drawings or Specifications therefore (whether such changes increase or decrease the amount
thereof or the time required for its performance) or any changes in the manner or time of
payments made by the Town to the Contractor, or any other modifications of the Contract, shall
in no way annul, release, diminish or affect the liability of the surety on the Contract Bonds given
by the Contractor, it being the intent hereof that notwithstanding such changes the liability of the
surety on said bonds continue and remain in full force and effect.
26.
PRICES FOR WORK:
The Town shall pay and the Contractor shall receive the prices stipulated in the Bid
made a part hereof as full compensation for everything performed and furnished and for all risks
and obligations undertaken by the Contractor under and as required by the Contract.
27.
MONEYS MAY BE RETAINED:
The Town may at any time retain from any moneys which would otherwise be payable
hereunder so much thereof as the Town may deem necessary to complete the Work
hereunder and to reimburse it for all costs, expenses, losses, damage and damages
chargeable to the Contractor hereunder.
28.
USE OR PARTIAL PAYMENT NOT ACCEPTANCE:
It is agreed that this is an entire contract for one whole and complete Work or result
and that neither the Town’s entrance upon or use of the Work or any part thereof nor any
partial payments by the Town shall constitute an acceptance of the Work or any part thereof
before its entire completion and final acceptance.
29.
NON-CONNECTICUT CONTRACTORS:
Pursuant to Connecticut General Statutes §12-430(7), as amended by
Connecticut Public Act #11-61, Section 66, a nonresident contractor shall comply with the State
of Connecticut’s bonding requirements.
30.
PAYMENT TO SUBCONTRACTORS:
As required by Section 49-41a of the Connecticut General Statutes, within thirty days
after payment to the Contractor by the Town for work under this Contract, he shall pay any
amounts due any subcontractor, whether for labor performed or materials furnished when such
labor or materials has been included in a requisition submitted by such Contractor and paid by
the Town.
31.
INSURANCE:
Insurance coverage required as noted in "Exhibit A" attached.
32.
PREVAILING WAGE RATES; CONSTRUCTION SAFETY AND HEALTH
COURSE:
SAMPLE CONTRACT
00 0484B - 11 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
Except as noted below, the Contractor shall comply with the current provisions of
Section 31-53 of the General Statutes of the State of Connecticut, a part of which is
quoted as follows:
"The wages paid on an hourly basis to any person performing the work of any mechanic,
laborer or worker on the work herein contracted to be done and the amount of payment
or contribution paid or payable on behalf of each such person to any employee or
welfare fund, as defined in subsection (h) of section 31-53 of the General Statutes, shall
be at a rate equal to the rate customary or prevailing for the same work in the same
trade or occupation in the town in which such public works project is being constructed.
Any contractor who is not obligated by agreement to make payment or contribution on
behalf of such persons to any such employee welfare fund shall pay to each mechanic,
laborer or worker as part of such person’s wages the amount of payment or contribution
for such person’s classification on each pay day."
All Contractors and subcontractors shall submit certified weekly payrolls, on forms
furnished by the Town, for all contracts meeting the aforementioned monetary limits.
The certified payrolls shall be submitted with the Contractor's monthly certificate for
payment.
Section 31-55a of the General Statutes of the State of Connecticut provides that the
prevailing wage rates applicable to any awarded contract or subcontract are subject to
annual adjustments each July 1st for the duration of the project.
Each Contractor that is awarded a contract shall pay the annual adjusted prevailing
wage rate that is in effect each July 1st, as posted by the Department of Labor.
SAMPLE CONTRACT
00 0484B - 12 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
It is the Contractor’s responsibility to obtain the annual adjusted prevailing wage rate
increases directly from the Department of Labor’s web site. The annual adjustments will
be posted on the Department’s of Labor web page: www.ctdol.state.ct.us. For those
without Internet access, contact the division listed below.
The Contractor shall also furnish proof with the weekly certified payroll for the first week
each employee begins work that any person performing the work of a mechanic, laborer or
worker has completed a course of at least ten (10) hours in duration in construction safety
and health approved by the federal Occupational Safety and Health Administration in
accordance with Connecticut General Statutes Section 31-53b and regulations adopted by
the State of Connecticut Labor Commissioner.
The provisions of this section (32) shall not apply where the total cost of all work to be
performed by all Contractors and subcontractors in connection with new construction of
any public works project is less than four hundred thousand dollars ($400,000) or where
the total cost of all work to be performed by all contractors and subcontractors in
connection with any remodeling, refinishing, refurbishing, rehabilitation, alteration or
repair of any public works project is less than one hundred thousand dollars ($100,000).
Questions can be directed to the Contract Compliance Unit, Wage and Workplace
Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd.,
Wethersfield, CT 06109 at 860-263-6790.
33.
GOVERNING LAW:
The laws of the State of Connecticut shall govern this Contract and any and all litigation
related to this Contract. In the event of litigation related to this Contract, the exclusive forum
shall be the State of Connecticut and the exclusive venue for such litigation shall be the Judicial
District for Stamford/Norwalk at Stamford.
IN WITNESS, WHEREOF, the parties of the AGREEMENT have hereunto set their hand and
seals the day first above written.
TOWN OF GREENWICH, CONNECTICUT
BY_________________________________
THE CONTRACTOR
BY_________________________________
END OF SECTION 00 0484
SAMPLE CONTRACT
00 0484B - 13 of 13
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
DOCUMENT 00 0485 – CONSENT OF SURETY
CONSENT OF SURETY
The Undersigned surety, being the surety which issued bonds No._________ for the Town of Greenwich
Contract No. ___________ hereby consents to release of final payment and all retainages to the
contractor- principal.
(Name of Surety)
By_______________________________________
Its
ACKNOWLEDGMENT
STATE OF
ss:
COUNTY OF
This is to certify the above signatory who executed this instrument was either known to me or
satisfactorily proven to me to be the person whom he purports to be.
______________________________________
Notary Public
END OF SECTION 00 0485
CONSENT OF SURETY
00 0485 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 0486 AFFIDAVIT FOR FINAL PAYMENT
AFFIDAVIT FOR FINAL PAYMENT
The undersigned, being duly sworn, deposes and says:
1.
That he is the _______________________________(Title) of the contractor in hereinafter
referred to and is authorized to execute this affidavit on behalf of the contractor;
2.
In connection with Contract #___________ for ________________________ (Project Title) it
is represented that all payroll, bills for services, materials, supplies, equipment and other
indebtedness have been paid or otherwise satisfied and that there are no outstanding claims
against the undersigned by any sub-contractor or material supplier, or no outstanding claims
to file a claim against the Town of Greenwich;
3.
This affidavit is made at the request of the Town of Greenwich for the purpose of inducing
final payment and knowing that it will rely upon the truth of the representation herein made.
Subscribed and sworn to
before me this____ day
of____________, 20___
_______________________________
Notary Public
________________________________________
(Type or print name person authorized to sign)
END OF SECTION 00 0486
AFFIDAVIT FOR FINAL PAYMENT
00 0486 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 00 8500 – LIST OF DRAWINGS
DWG N0.
DRAWING NAME
A000
OG-A001
COVER SHEET
SYMBOLS, NOTES, ABBREVIATIONS, LEGEND
OLD GREENWICH SCHOOL (OG)
OG-A100
OG-A101
OG-A102
OG-A103
OG-A104
OG-A105
OG-A106
OG-A107
OG-A108
OVERALL FIRST FLOOR PLAN
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – GROUND FLOOR
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – GROUND FLOOR
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – FIRST FLOOR (ALT OG-1)
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – FIRST FLOOR (ALT OG-1)
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – FIRST FL. CORR. (ALT OG-2)
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – SECOND FLOOR (ALT OG-3)
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – SECOND FLOOR (ALT OG-3)
REFLECTED CEILING PLANS – REMOVAL / NEW WORK – SECOND FLOOR (ALT OG-3)
END OF SECTION 00 0850
LIST OF DRAWINGS
00 8500 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 1000 – SUMMARY OF WORK
PART 1 - GENERAL
1.1
PROJECT INFORMATION
A.
Project: Ceiling & Lighting Replacement Project
B.
Project Locations:
1.
Old Greenwich Elementary School
285 Sound Beach Ave, Old Greenwich, CT 06870
C.
Owner: Greenwich Public Schools, 290 Greenwich Ave, Greenwich, CT 06830
D.
Architect: KSQ Architects, PC, 235 White Plains, Suite 410, NY 10601
E.
Construction Manager: School Construction Consultants, 190 Motor Parkway, Suite 201,
Hauppauge, NY 11788
F.
This project consists of replacement of Ceiling & Lighting at the above listed schools, including
asbestos abatement, suspension systems, ceilings, lighting, vacancy sensors etc.
G.
Work by Owner: No separate contracts are anticipated for the completion of this work.
H.
The Project will be constructed under a single prime-contracting arrangement.
1.2
GENERAL REQUIREMENTS
A.
DIVISION 0 - BIDDING DOCUMENTS, CONTRACTS AND CONDITIONS
B.
DIVISION 1 - GENERAL REQUIREMENTS
1.3
A.
1.4
A.
GENERAL WORK CONTRACTOR
Special Notes: Contract #1 - General Work Contractor:
1.
Access doors furnished General Contractor.
2.
All existing ceiling removal / replacements necessary to install GC work will be by GC
including temporary support for all lighting fixtures, smoke detectors, etc.
3.
GC and subcontractors will not be allowed to use existing or new plumbing fixtures to
wash out mortar pans, grout, adhesives, etc.
4.
GC is specifically reminded that there may be miscellaneous asbestos pipe insulation /
fittings above some ceiling areas. Contractor will investigate above the ceiling prior to
demolition and carefully perform the removal where necessary to not disturb any
insulation / fittings above.
CONTRACTOR’S USE OF PREMISES
General: During the construction period, the prime Contractor shall have full use of the premises
for construction operations, including use of the site. The General Contractor’s use of the
SUMMARY OF WORK
01 1000 - 1 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
premises is limited only by the Owner’s right to perform work or retain other contractors on
portions of the Project.
B.
Access to each building will be Monday through Friday, 6:00 am thru 9:00 pm. Access to the
buildings on weekends will not be permitted without written permission by the Owner. If access
is granted on weekends, the District reserves the right to invoice the Contractor for their
personnel costs in the form of a change order to the Contract.
C.
Use of the Site: Limit use of the premises to work in areas indicates. Confine operations to
areas within contract limits indicated. Do not disturb portions of the site beyond the areas in
which the Work is indicated.
D.
1.5
1.
Owner Occupancy: Allow for Owner occupancy and use by the public.
2.
Driveways and Entrances: Keep driveways and entrances serving the premises clear
and available to the Owner, the Owner’s employees, and emergency vehicles at all
times. Do not use these areas for parking or storage of materials. Schedule deliveries to
minimize space and time requirements for storage of materials and equipment on site.
Use of the Existing Building: Maintain the existing building in a weather tight condition
throughout the construction period. Repair damage caused by construction operations. Take
all precautions necessary to protect the building and its occupants during the construction
period.
OCCUPANCY REQUIREMENTS
A.
Full Owner Occupancy: The Owner will occupy the site and existing building during the entire
construction period. Cooperate with the Owner during construction operations to minimize
conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner’s
operations.
B.
Partial Owner Occupancy: The Owner reserves the right to occupy the place and install
equipment in completed areas of the building prior to Final Completion, provided such
occupancy does not interfere with completion of the Work, Such placing of equipment and
partial occupancy shall not constitute acceptance of the total Work.
1.6
A.
1.
The Architect will prepare a Certificate of Substantial Completion for each specific portion
of the Work to be occupied prior to Owner occupancy.
2.
Obtain a Certificate of Occupancy from local building officials prior to Owner occupancy.
3.
Prior to partial Owner occupancy, mechanical and electrical systems shall be fully
operational. Required inspections and tests shall have been successfully completed.
Upon occupancy, the Owner will operate and maintain mechanical and electrical systems
serving occupied portions of the building.
4.
Upon occupancy, the Owner will assume responsibility for maintenance and custodial
service for occupied portions of the building.
DEFINITIONS
Definitions as applied to “Contractors” involved with the work of this Project:
1.
“The Contractor” or “Contractor” meaning that General Contractor (GC) responsible for
the work referenced.
SUMMARY OF WORK
01 1000 - 2 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
APRIL 25, 2014
2.
“Trade Contractor” meaning that General Contractor as above; and such other terms
relating to Contractors to be taken in context with respect to referenced work.
3.
Further, wherein said Division 00 and 01 and respective Sections therein, any reference
is made to “General Contractor”, same shall be construed to mean “Contractor for the
General Construction”.
4.
The Architect cannot guarantee the correctness of the existing conditions shown and
assumes no responsibility therefore, it shall be the responsibility of the Contractor to visit
the site and verify all existing conditions prior to bid.
The Owner will purchase certain items required for the overall operation of this facility.
1.
The Contractor will cooperate with said vendors as may be necessary to permit the work
to be accomplished.
a.
The cooperation may extend to the receiving, unloading and placement of said
equipment if directed by the Owner.
b.
Terms of payment, if any, shall be in accordance with Article 7 of the General
Conditions as amended or modified.
C.
The Contractor is advised that the Owner may enter into separate contracts as may be in their
best interests.
D.
The Contractor is further advised that there will be a full time on-site Project Representative /
Construction Manager, whose duties will be defined at the pre-construction meeting.
E.
ADDITIONAL SECURITY PROVISIONS
1.7
1.
All Contractors’ employees shall use a single means of access and egress, except in the
case of emergency, to be designated by the Construction Manager.
2.
The Contractor and each Subcontractor shall require his employees, while on the job
site, to wear, in a conspicuous location, a Photo I.D. button bearing the name of the
Contractor. The buttons of each Contractor shall be numbered consecutively. An up-todate list of all I.D. buttons, indicating the name and number for each employee, shall be
furnished to the Construction Manager.
ASBESTOS AND LEAD PAINT AWARENESS REQUIREMENTS
A.
Contractor agrees not to use or permit the use of any asbestos containing material in or on any
property belonging to the Owner.
B.
For purposes of this requirement, asbestos free shall mean free from all forms of asbestos,
including - actinolite, amosite, anthrophyhllite, chrysotile, cricidolite and tremolite, both in friable
and non-friable states and without regard to the purposes for which such material is used.
C.
Reference Section 028200 of these documents for procedures and protocols to be followed in
the event of discovery of asbestos or lead paint contamination.
D.
Contractors will investigate / verify then carefully demolish existing ceiling items so as not to
disturb any asbestos containing fittings and / or insulation which may be located above existing
ceilings.
SUMMARY OF WORK
01 1000 - 3 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.8
A.
APRIL 25, 2014
CONSTRUCTION TIME AND PHASING REQUIREMENTS
The Contractor is advised the “time is of the essence” of the Contract as defined in Article 8 of
the “General Conditions” for the completion of the construction of the facility.
1.
It is understood that the work is to be carried through to completion with the utmost
speed consistent with good workmanship.
2.
Time of Completion shall be as established in the Milestone Schedules (Section
011100).
3.
Further, safe and legal ingress and egress shall be maintained at all times to and through
the occupied portions of the construction site.
B.
Work shall proceed in such a manner as to cause the least amount of disruption to the ongoing
operations as possible.
C.
COORDINATE CLOSELY WITH SCHOOL OPERATING PERSONNEL.
D.
All work and storage areas shall be completely enclosed by a fence or barricade at all times so
that no student or the public can approach the area or the equipment.
E.
1.
The Contractor shall maintain fences and barricades at all times and shall -
2.
Repair/ restore and/ or pay for any temporary fencing damaged by their work.
3.
Maintain at all times, all exits and walkways from the Building.
4.
Where the barricade is removed for work, the Contractor performing such work shall
provide adequate safety personnel to prevent unauthorized persons from approaching
the work area.
CONSTRUCTION PHASING
1.
The phasing and/ or milestone schedule contained in Section 011100 has been
established for the overall construction of the project.
2.
The Contractor is advised that areas of the existing buildings which are to be added to
and / or altered under this Contract will remain in use during construction, coordinate with
Section 015000 for temporary facilities.
3.
Electrical and mechanical services to the functioning spaces shall be maintained at all
times.
4.
Swing-overs to new facilities shall be made so as to cause the least interruption to the
facilities’ operations.
5.
Limit utility shutdowns to two consecutive non-school work days at no additional cost to
the Owner unless prior agreement is made with the operating personnel of the facility.
6.
The Contractor shall provide and maintain all required separations between old and new
construction to prevent:
7.
a.
Unauthorized entrance to construction areas by others than Architect, Construction
Manager or Owner.
b.
Heat loss from existing buildings.
c.
Water (rain or ground water) infiltration into existing building.
Exterior alteration and restoration, as requires, may proceed outside of phasing schedule
at the Contractor’s option with concurrence from the Architect, Construction Manager
and Owner.
SUMMARY OF WORK
01 1000 - 4 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
8.
1.9
A.
1.10
A.
1.11
APRIL 25, 2014
Site development work shall proceed in such a manner to cause the least amount of
disruption to the ongoing operations as possible.
PROOF OF ORDERS AND DELIVERY DATES - Coordinate with Sections 01 3300.
Within 2 weeks after the approval of shop drawings, samples, product data and the like, the
Contractor shall provide copies of purchase orders for all equipment and materials which are
not available in local stock. The Contractor shall submit written statements from suppliers
confirming the orders and stating promised delivery dates.
INTENT OF DOCUMENTS
In the event of conflict, ambiguity and/or unclear circumstances between any of the
requirements of the Contract Documents, the requirement that is most inclusive and of highest
quality, quantity, and/or cost shall govern. The Contractor shall (1) provide the better quality or
greater quantity of Work and/or (2) comply with the more stringent requirement; either or both in
accordance with the Architect’s interpretation. The Contractor herewith agrees that no extra
compensation shall be awarded to him based upon a claim of conflict, ambiguity or unclear
circumstances in the Contract Documents. See the General Conditions for greater detail.
FIELD MEASUREMENTS
A.
The General Contractor shall take all necessary field measurements prior to fabrication and
installation of work and shall assume complete responsibility for accuracy of same.
B.
This project is an ALTERATION / RENOVATION and therefore necessitates additional attention
to existing conditions receiving newly fabricated and installed equipment, i.e. note the
requirements for field dimensioning of shop fabricated items whether or not so required by each
technical section.
1.12
A.
1.13
INITIAL SUBMITTAL REQUIREMENTS
As outlines in Sections 01 3300 and 01 5000, the General Contractor shall provide items noted
including - bonds, insurance, emergency telephone numbers, progress scheduling, schedules of
submittals, subcontractor listings and the like prior to the start of any work.
SCHEDULES
A.
The milestone schedule presented in the documents is for bidding and general purposes. Due
to the nature of the work, it is the intention of the Construction Manager to negotiate actual work
periods for the project with the General Contractor involved with this bidding process, as well as
separate contractors involved with other phases of the work solicited under separate proposals.
Each Contractor shall, under terms of Article 6 of the General Conditions, mutually cooperate in
the rescheduling of work to permit an uninterrupted use of the facilities by the Owner, without
additional cost to the Owner.
B.
General
SUMMARY OF WORK
01 1000 - 5 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
1.
The objective of this project is to complete the overall work in the shortest period of time
and to protect the building and occupants from damages caused by weather and
construction activity during the progress of the work.
2.
To meet these objectives, the Contractor shall plan the work, obtain materials, and
execute the construction in the most expeditious manner possible in accordance with the
requirements listed below.
3.
If the Contractor fails to expedite and pursue any part of the work, the Owner may
terminate the Contract.
4.
The Contractor shall work in coordination with work of other Contractors and with school
activities with special attention to noise, dust, safety and other contract requirements for
work in and around the occupied buildings.
C.
Milestone Schedule (See Section 01 1100).
1.14
DELAYS IN TIMEFRAME / TIME CHARGE
A.
The Contractor recognizes that time is of the essence for this Project and the date set for Final
Completion shall be no later than the date indicated in their Contract Documents.
B.
Within four (4) calendar days from an occurrence of any such delay, The Contractor shall notify
the Purchasing Director in writing as soon as he/she knows that the original Final Completion
timeframe cannot be met. The Town shall have the right to agree to a new completion
timeframe that will include working on Saturdays.
C.
The Contractor shall be liable for all additional cost (at the applicable District pay rates) incurred
by the Owner to provide staff required to make the facility accessible to the Contractor,
Consultants and Owner’s representative as required to perform inspection after the contract
completion date.
D.
All costs incurred by the Owner, and the cost of additional services and Owner’s representative
inspections will be subtracted from payment due the Contractor or, if the amount due the
Contractor for payment is sufficient, the deficiency shall be paid by the Contractor to the Owner.
E.
At the discretion of the District, time charge and cost for custodial O.T. for work performed by
the Contractor on weekends can be waived if the Contractor meets the Substantial Completion
date set in the Milestone Schedule (See Section 01 1100).
1.15
A.
ADDITIONAL REQUIREMENTS
The following are additional general and special requirements which will govern the work of the
projects covered by these Documents.
1.
If it appears that some of the work cannot be completed by the scheduled date, the
Contractor shall increase the work force or increase the hours of work, including
evenings and weekends as necessary, at no additional cost to the Owner.
2.
If the work is complete but the area is not cleaned and debris or equipment is not
removed, the Owner shall have the right to prepare the area for occupancy with his own
forces and deduct the costs from the Contract Amount. (If Contractor does not respond
within 24 hours’ notice).
3.
If the Contractor fails to staff the job adequately to meet the completion date, the Owner
reserves the right to assume possession of the material and complete installation with
SUMMARY OF WORK
01 1000 - 6 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
the Owner’s forces or other Contractors or to require the Contractor to work evenings
and weekends at no additional cost (See Section 00 0301).
4.
The school can be made available on weekends and evenings to allow the Contractor
adequate time to complete the work before final completion date. Any custodial cost
resulting in this after hours scheduling will be the Contractor’s responsibility.
5.
In addition to the above-stated requirements for phasing of the work, the General
Contractor shall not do any noisy work in the areas where examinations will be
conducted as per the published school calendar.
6.
Work in each work period shall progress at least at a pace in proportion to the Contract
time available.
7.
The Contractor is responsible for temporary protection of all work until acceptance.
8.
The Schools will be closed on Saturdays, Sundays, regularly schedules District holidays,
and at night after cleaning crews have finished.
9.
If any contractor wishes to work at any time when the school is normally closed, that
Contractor shall arrange and pay for custodial services for the building at the applicable
district pay rates.
10.
All existing conditions must be verified in the field. The Owner takes no responsibility for
actual conditions found deviating from the drawings. If existing condition interferes with
contract work, contractor is responsible to eliminate this condition.
11.
Contractor must plan, provide and maintain his own access, ramping, and egress as
required into and out of the site, staging of trailer(s), materials, machinery, and
equipment in agreement with the Construction Manager’s Superintendent. Maintain free
and safe access on the jobsite for other related project personnel. Maintain safe
pedestrian or vehicular traffic must be regulated by a flagman. Trucking and delivery
operation should be coordinated with Construction Manager’s Superintendent and all
other trades.
12.
Contractors’ proposed schedule must be approved by the Construction Manager.
Contractor shall indicate significant events such as submittals, shop drawings, material
ordering, fabrication, delivery, coordination precedents, installation, testing and turnover
by area or system as agreed with Construction Manager. A revised progress status shall
be required on a weekly basis.
13.
Decisions required from the Construction Manager, Architect and/or Engineer, shall be
anticipated by the Contractor to provide ample time for inspection, investigation or
detailed drawings.
14.
Contractor shall limit his operations including storage of materials and prefabrication to
areas within the Contract Limit Lines unless otherwise permitted by the Construction
Manager at the Owner’s option.
15.
Contractor shall coordinate the use of premises with the Owner and Construction
Manager and shall move at his own expense any stored products under Contractor’s
control, including excavated material, which interfere with operations of the Owner or
separate contractors.
16.
Contractor shall obtain and pay for the use of additional storage of work areas needed
for operations.
17.
Contractor shall assume full responsibility for the protection and safekeeping of products
under this Contract stored on the site and shall cooperate with the Construction Manager
to insure security for the Owner’s Property.
SUMMARY OF WORK
01 1000 - 7 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
18.
The intention of the work is to follow a logical sequence; however, the Contractor may be
required by Construction Manager to temporarily omit or leave out any section of his
work, or perform his work out of sequence. All such out of sequence work and come
back time to these areas shall be performed at no additional cost.
19.
Contractor shall submit a two-week look ahead (man-loaded by work activity and area) to
Construction Manager each week. Contractor’s representative shall attend a weekly
meeting with all contractors, chaired by Construction Manager, for the purpose of job
coordination and sequencing. Contractor is responsible to coordinate the job with other
trades and Construction Manager, and to cooperate with other trades in pursuit of the
overall project’s shop drawings and actively participate in resolving discrepancies,
conflicts, interferences, etc.
20.
Sufficient manpower shall be provided at all times to maintain progress of the job. A
shortage of labor in the industry shall not be accepted as an excuse for not properly
manning the job.
21.
The Contractor shall take special care in verifying that his equipment matches the
characteristics of the power being supplied.
22.
Insubordination, unsafe practices, horseplay, abusive behavior or language, wanton
destruction of property, use of drugs or alcohol, possession of firearms, and solicitation
shall not be tolerated. There will be no warnings, and Contractor shall designate a
responsible on-site supervisor to handle any situations that may arise, including
termination.
23.
Contractor is responsible to supply and install all wood blocking/bracing necessary to
properly secure their work. This responsibility includes coordinating the installation in
concealed areas without delaying other trades.
24.
Union business shall not be conducted on site. Any Union representatives that visit the
site must declare what Contractor’s personnel they represent, and must be escorted by
that Contractor’s Union steward at all times. No visitors, sales representative or nonworking personnel shall be permitted on site without prior consent of the Construction
Manager. No photographs shall be taken without the Construction Manager’s prior
approval.
25.
Organize daily clean ups as well as participating in a weekly joint clean up involving all
prime contractors on site. Clean up shall be considered a safety issue. All Contractors
that do not participate in clean-up will have the work performed by others and their
contract amount adjusted accordingly.
26.
General Contractor shall provide protection from damage to adjacent and adjoining work
and/or structures. Contractor shall clean, repair and/or replace any damage for which this
contractor is responsible.
27.
General Contractor shall submit hourly rate sheets that would apply to time and material
work for all pertinent trades upon Award of Contract.
28.
General Contractor shall examine surfaces and conditions prior to start of work. Report
unacceptable conditions to the Construction Manager. Do not proceed until unacceptable
conditions are corrected and acceptable. Starting of work implies acceptance.
29.
Upon removal of exterior walls and window units, the building security and weather
protection is the responsibility of the General Contractor performing the removals.
30.
General Contractor shall include general housekeeping of light debris. All debris from will
be collected daily and disposed of into dumpsters. Contractor shall provide a weekly
broom sweep of all areas for the entire duration of the project. The broom sweep shall
include debris from all trades working on site.
SUMMARY OF WORK
01 1000 - 8 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
31.
It is the responsibility of the General Contractor to review the entire Summary of Work
and remaining documents for additional work items.
32.
General Contractor shall coordinate with the Construction Manager for lay down areas,
staging areas, and overall use of project site.
33.
All contractors and their employees, subcontractors and supplier are expressly prohibited
from entering the occupied areas of the school buildings during school hours without
prior written permission of the Construction Manager and for using any of its facilities (i.e.
restrooms, cafeteria, etc.).
34.
Janitorial hourly wage rate to be charged to the Contractor for access to the building(s)
on off work hours shall be $45.00 per hour.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 011000
SUMMARY OF WORK
01 1000 - 9 of 9
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 1100 – MILESTONE SCHEDULE
PART 1 - GENERAL
1.1
MILESTONE
The following milestone schedule serves as a basis for bidding. A Master Schedule will be developed at
a general meeting of the successful bidders within 7 days of Letter of Intent to Award the Contracts.
General Contractor will coordinate activities, forward submittals, deliver materials and provide necessary
manpower to meet the milestones listed below.
1.2
MILESTONE SCHEDULE
A. Start Date: Award of Contract
a. July 1, 2014
B. Completion Dates:
a. Substantial Completion: August 11th, 2014
i. Work complete in accordance with the Contract Documents so that the Owner
can occupy or use the Work or a portion thereof for its intended use.
ii. The Owner will allow the Contractor access to the building on Saturday at no
additional cost for custodial O.T. to complete all work necessary for Final
Completion.
iii. The Owner, Architect, and Construction Manager will make the determination
whether the project is substantially complete.
b. Final Completion: August 18th, 2014
i. ALL WORK must be checked, tested and fully operational, and punch list
complete.
ALL WORK REQUIRED BY ANY OF THE OWNER’S REPRESENTATIVES AND CONSULTANTS,
INCLUDING THE CONSTRUCTION MANAGER, ARCHITECT, ARCHITECT’S CONSULTANTS,
OWNER’S ATTORNEYS, ETC., TO EXECUTE FINAL CLOSE-OUT OF CONTRACT AFTER 60 DAYS
BEYOND MILESTONE DATES IF DETERMINED TO BE CAUSED BY CONTRACTOR, SHALL RESULT
IN PAYMENT(S) TO THE OWNER’S REPRESENTATIVES AND CONSULTANTS, INCLUDING THE
CONSTRUCTION MANAGER, ARCHITECT, ARCHITECT’S CONSULTANTS, OWNER’S ATTORNEYS,
ETC., IN THE FORM OF A CHANGE ORDER DEDUCT TO THE BASE CONTRACT.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01 1100
MILESTONE SCHEDULE
01 1100 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 2100 - ALLOWANCES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specification Sections, apply to this Section.
1.2
SUMMARY
This Section includes administrative and procedural requirements governing allowances.
Selected materials and equipment are specified in the Contract Documents by allowances. In
some cases, these allowances include installation. Allowances have been established in lieu of
additional requirements and to defer selection of actual materials and equipment to a later date
when additional information is available for evaluation. If necessary, additional requirements will
be issued by Change Order.
A. Types of allowances include the following:
Lump-sum allowances.
Contingency allowances.
B. Related Sections: The following Sections contain requirements that relate to this Section:
Division 1 Section "Modification Procedures" specifies procedures for submitting and handling
Change Orders.
Division 1 Section "Quality Requirements" specifies procedures governing the use of
allowances for inspection and testing.
1.3
SELECTION AND PURCHASE
At the earliest practical date after award of the Contract, advise the Architect of the date when the
final selection and purchase of each product or system described by an allowance must be
completed to avoid delaying the Work.
At the Architect's request, obtain proposals for each allowance for use in making final selections.
Include recommendations that are relevant to performing the Work.
Purchase products and systems selected by the Architect from the designated supplier
1.4
SUBMITTALS
Submit proposals for purchase of products or systems included in allowances, in the form specified
for Change Orders.
Submit invoices or delivery slips to show the actual quantities of materials delivered to the site for
use in fulfillment of each allowance.
1.5
CONTINGENCY ALLOWANCES
Use the contingency allowance only as directed for the Owner's purposes and only by Change
Orders that indicate amounts to be charged to the allowance.
ALLOWANCES
01 2100 - 1 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
The Contractor's overhead and profit, including costs for bonds and insurance, delivery, equipment
rental and similar costs, for these allowances shall be included in the values of the general
requirements of contract sum and are not chargeable under allowance disbursement.
At Project closeout, credit unused amounts remaining in the contingency allowance to the Owner
by Change Order.
1.6
UNUSED MATERIALS
Return unused materials to the manufacturer or supplier for credit to the Owner, after installation
has been completed and accepted.
When requested by the Architect, prepare unused material for storage by Owner where it is not
economically practical to return the material for credit. When directed by the Architect, deliver
unused material to the Owner's storage space. Otherwise, disposal of unused material is the
Contractor's responsibility.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1
EXAMINATION
Examine products covered by an allowance promptly upon delivery for damage or defects.
3.2
PREPARATION
Coordinate materials and their installation for each allowance with related materials and
installations to ensure that each allowance item is completely integrated and interfaced with related
work.
3.3
SCHEDULE OF ALLOWANCES
Allowance: Contractor shall include a contingency allowance of $15,000 for use according to the
Owner's instructions for unforeseen conditions for each building where work will be performed.
END OF SECTION 01 2100
ALLOWANCES
01 2100 - 2 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 2300 - ALTERNATES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
1.3
This Section includes administrative and procedural requirements governing Alternates.
DEFINITIONS
A.
Definition: An alternate is an amount proposed by bidders and stated on the Bid Form for
certain work defined in the Bidding Requirements that may be added to or deducted from the
Base Bid amount if the Owner decides to accept a corresponding change in either the amount
of construction to be completed, or in the products, materials, equipment, systems, or
installation methods described in the Contract Documents.
1.
1.4
The cost or credit for each alternate is the net addition to or deduction from the Contract
Sum to incorporate the Alternate into the Work. No other adjustments are made to the
Contract Sum.
PROCEDURES
A.
Coordination: Modify or adjust affected adjacent Work as necessary to completely and fully
integrate that Work into the Project.
1. Include as part of each alternate, miscellaneous devices, accessory objects, similar items
incidental to or required for a complete installation, removals and preparation of other work
to receive indicated alternate, whether or not mentioned as part of the Alternate.
2. The cost of related coordination, preparation, modification and/or adjustment shall be
included in the cost of the Alternate.
B.
Notification: Immediately following the award of the Contract, notify each party involved, in
writing, of the status of each alternate. Indicate whether alternates have been accepted,
rejected, or deferred for later consideration. Include a complete description of negotiated
modifications to alternates.
C.
Execute accepted alternates under the same conditions as other Work of this Contract.
D.
Schedule: A "Schedule of Alternates" is included at the end of this Section. Specification
Sections referenced in the Schedule contain requirements for materials necessary to achieve
the Work described under each alternate.
ALTERNATES
01 2300 - 1 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1
SCHEDULE OF ALTERNATES
i.
Old Greenwich School
ii.
ADD ALTERNATE OG-1: Provide all labor and materials to complete the
ceiling & lighting renovations within the first floor corridor as shown in the
drawings and specifications which includes but is not limited to; demolition
of existing ceiling system and lighting complete, abatement, replacement of
ceiling system and new lighting fixtures.
iii.
ADD ALTERNATE OG-2: Provide all labor and materials to complete the
ceiling renovations as shown in the drawings and specifications which
includes the replacement of existing lay-in / recessed lighting fixtures
located in the ground floor corridor.
iv.
ADD ALTERNATE OG-3: Provide all labor and materials to complete the
ceiling & lighting renovations within the second floor as shown in the
drawings and specifications which includes but is not limited to; demolition
of existing ceiling system and lighting complete, abatement, replacement of
ceiling system and new lighting fixtures.
END OF SECTION 01 2300
ALTERNATES
01 2300 - 2 of 2
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 2600 – MODIFICATION PROCEDURES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section specifies administrative and procedural requirements for handling and processing
contract modifications.
1.
B.
1.3
Single Prime Contracts: Provisions of this Section apply to the work of the General
Contractor.
Related Sections: The following Sections contain requirements that relate to this Section:
1.
Division 1 Section "ELECTRONIC SUBMITTAL PROCEDURES" for requirements for the
Contractor's Construction Schedule.
2.
Division 1 Section "PAYMENT PROCEDURES" for administrative procedures governing
Applications for Payment.
MINOR CHANGES IN THE WORK
A.
1.4
The Architect will issue supplemental instructions authorizing minor changes in the Work, not
involving adjustment to the Contract Sum or Contract Time, on AIA Form G710, Architect's
Supplemental Instructions.
SUBMITTALS
A.
1.5
Every change or allowance proposal (regardless of who initiated) will be accompanied by the
following information:
1.
Labor Rate worksheet (attached at the end of this section) must be filled out for each
trade and notarized with the required supporting documentation.
2.
Full itemized breakdown: All proposals to be broken down by material, labor, man hours,
quantities, unit prices, overhead, profit, subcontractor, and supplier quotes attached.
3.
If the contractor fails to submit this required information timely, it will be cause for delay
and will be addressed as such under the applicable sections of the contract.
CHANGE ORDER PROPOSAL REQUESTS
A.
Owner-Initiated Proposal Requests: The Architect will issue a detailed description of proposed
changes in the Work that will require adjustment to the Contract Sum or Contract Time. If
necessary, the description will include supplemental or revised Drawings and Specifications.
MODIFICATION PROCEDURES
01 2600 - 1 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
1.
Proposal requests issued by the Architect are for information only. Do not consider them
as an instruction either to stop work in progress or to execute the proposed change.
2.
Within 5 days of receipt of a proposal request, submit an estimate of cost necessary to
execute the change to the Architect for the Owner's review.
a. Include an itemized list of quantities of products required and unit costs, with the total
amount of purchases to be made. Furnish survey data and backup paperwork to
substantiate quantities. Separate labor hours by trade and indicate labor rate.
b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade
discounts.
c. Include a statement indicating the effect the proposed change in the Work will have
on the Contract Time. Owner-Initiated
B.
C.
1.6
Contractor-Initiated Proposals: When latent or unforeseen conditions require modifications to
the Contract, the Contractor may propose changes by submitting a request for a change to the
Architect.
1.
Include a statement outlining the reasons for the change and the effect of the change on
the Work. Provide a complete description of the proposed change. Indicate the effect of
the proposed change on the Contract Sum and Contract Time.
2.
Include an itemized list of quantities of products required and unit costs, with the total
amount of purchases to be made. Furnish survey data to substantiate quantities.
3.
Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade
discounts.
4.
Comply with requirements in Section "Product Requirements" if the proposed change
requires substitution of one product or system for a product or system specified.
Proposal Request Form: Use AIA Document G709 for Change Order Proposal Requests.
ALLOWANCES
A.
Allowance Adjustment: For allowance-cost adjustment, base each Change Order Proposal on
the difference between the actual purchase amount and the allowance, multiplied by the final
measurement of work-in-place. Where applicable, include reasonable allowances for cutting
losses, tolerances, mixing wastes, normal product imperfections, and similar margins.
1.
Include installation costs in the purchase amount only where indicated as part of the
allowance.
2.
When requested, prepare explanations and documentation to substantiate the margins
claimed.
3.
Submit substantiation of a change in scope of work claimed in the Change Orders related
to unit-cost allowances.
4.
The Owner reserves the right to establish the actual quantity of work-in-place by
independent quantity survey, measure, or count.
5.
Contractor’s overhead and profit, including costs for bonds & insurances, for these
allowances shall be included in the values of the general requirements of contract sum
and are not chargeable under allowance disbursement.
MODIFICATION PROCEDURES
01 2600 - 2 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
1.7
APRIL 25, 2014
Submit claims for increased costs because of a change in scope or nature of the allowance
described in the Contract Documents, whether for the purchase order amount or the
Contractor's handling, labor, installation, overhead, and profit. Submit claims within 15 days of
receipt of the Change Order or Construction Change Directive authorizing work to proceed.
The Owner will reject claims submitted later than 15 days.
1.
Do not include the Contractor's or subcontractor's indirect expense in the Change Order
cost amount unless it is clearly shown that the nature or extent of work has changed from
what could have been foreseen from information in Contract Documents.
2.
No change to the Contractor's indirect expense is permitted for selection of higher or
lower-priced materials or systems of the same scope and nature as originally indicated.
CONSTRUCTION CHANGE DIRECTIVE
A.
Construction Change Directive: When the Owner and the Contractor disagree on the terms of a
Proposal Request, the Architect may issue a Construction Change Directive on AIA Form G714.
The Construction Change Directive instructs the Contractor to proceed with a change in the
Work, for subsequent inclusion in a Change Order.
1.
B.
Documentation: Maintain detailed records on a time and material basis of work required by the
Construction Change Directive.
1.
1.8
The Construction Change Directive contains a complete description of the change in the
Work. It also designates the method to be followed to determine change in the Contract
Sum or Contract Time.
After completion of the change, submit an itemized account and supporting data
necessary to substantiate cost and time adjustments to the Contract.
CHANGE ORDER PROCEDURES
A.
Upon the Owner's approval of a Proposal Request, the Construction Manager will issue a
Change Order for signatures of the Owner and the Contractor on AIA Form G701.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01 2600
MODIFICATION PROCEDURES
01 2600 - 3 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 2900 - PAYMENT PROCEDURES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section specifies administrative and procedural requirements governing the General
Contractor's Applications for Payment.
1.
B.
Related Sections: The following Sections contain requirements that relate to this Section.
1.
1.3
Coordinate the Schedule of Values and Applications for Payment with the Contractor's
Construction Schedule, Submittal Schedule, and List of Subcontracts.
Schedules: The Contractor's Construction Schedule and Submittal Schedule are
specified in Division 1 Section "Submittals."
SCHEDULE OF VALUES
A.
Coordination: General Contractor shall coordinate preparation of its Schedule of Values for its
part of the Work with preparation of the Contractors' Construction Schedule.
1.
Correlate line items in the Schedule of Values with other required administrative
schedules and forms, including:
a.
b.
c.
d.
e.
f.
2.
B.
Contractor's Construction Schedule.
Application for Payment forms, including Continuation Sheets.
List of subcontractors.
Schedule of allowances.
Schedule of alternates.
Schedule of submittals.
Submit the Schedule of Values to the Construction Manager within 10 days of receipt of
Letter of Intent but no later than 7 days before the date scheduled for submittal of the
initial Applications for Payment.
Format and Content: Use the Project Manual Table of Contents as a guide to establish the
format for the Schedule of Values. Provide at least one line item for each Specification Section.
1.
Identification: Include the following Project identification on the Schedule of Values:
a.
b.
c.
d.
e.
Project name and location.
Name of the Architect.
Project number.
Contractor's name and address.
Date of submittal.
PAYMENT PROCEDURES
01 2900 - 1 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
2.
Arrange the Schedule of Values in tabular form with separate columns to indicate the
following for each item listed:
a.
b.
c.
d.
e.
f.
g.
Related Specification Section or Division.
Description of Work.
Name of subcontractor.
Name of manufacturer or fabricator.
Name of supplier.
Change Orders (numbers) that affect value.
Dollar value.
1)
Percentage of Contract Sum to nearest one-hundredth percent,
adjusted to total 100 percent.
3.
Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued
evaluation of Applications for Payment and progress reports. Coordinate with the Project
Manual table of contents. Break principal subcontract amounts down into several line
items.
4.
Round amounts to nearest whole dollar; the total shall equal the Contract Sum.
5.
Provide a separate line item in the Schedule of Values for each part of the Work where
Applications for Payment may include materials or equipment, purchased or fabricated
and stored, but not yet installed.
a.
Differentiate between items stored on-site and items stored off-site.
requirements for insurance and bonded warehousing, if required.
Include
6.
Provide separate line items on the Schedule of Values for initial cost of the materials, for
each subsequent stage of completion, and for total installed value of that part of the
Work.
7.
Unit-Cost Allowances: Show the line-item value of unit-cost allowances, as a product of
the unit cost, multiplied by the measured quantity. Estimate quantities from the best
indication in the Contract Documents.
8.
Margins of Cost: Show line items for indirect costs and margins on actual costs only
when such items are listed individually in Applications for Payment. Each item in the
Schedule of Values and Applications for Payment shall be complete. Include the total
cost and proportionate share of general overhead and profit margin for each item.
a.
9.
1.4
APRIL 25, 2014
Temporary facilities and other major cost items that are not direct cost of actual
work-in-place may be shown either as separate line items in the Schedule of
Values or distributed as general overhead expense, at the Contractor's option.
Schedule Updating: Update and resubmit the Schedule of Values prior to the next
Applications for Payment when Change Orders or Construction Change Directives result
in a change in the Contract Sum.
APPLICATIONS FOR PAYMENT
A.
Each Application for Payment shall be consistent with previous applications and payments as
certified by the Architect and paid for by the Owner.
1.
The initial Application for Payment, the Application for Payment at time of Substantial
Completion, and the final Application for Payment involve additional requirements.
PAYMENT PROCEDURES
01 2900 - 2 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
B.
Payment-Application Times: Each progress-payment date is indicated in the Agreement. The
period of construction Work covered by each Application for Payment is the period indicated in
the Agreement.
C.
Payment-Application Times: The date for each progress payment is the 7th day of each month
(or as designated by the Owner). The period covered by each Application for Payment is the
previous month.
D.
Payment-Application Forms: Use AIA Document G702/CMa and Continuation Sheets G703 as
the form for Applications for Payment.
1.
E.
F.
Application Preparation: Complete every entry on the form. Include notarization and execution
by a person authorized to sign legal documents on behalf of the Contractor. The Construction
Manager and Architect will return incomplete applications without action.
1.
Entries shall match data on the Schedule of Values and the Contractor's Construction
Schedule. Use updated schedules if revisions were made.
2.
Include amounts of Change Orders and Construction Change Directives issued prior to
the last day of the construction period covered by the application.
3.
Provide copies of payrolls which are signed and notarized documenting compliance with
prevailing wage laws.
Transmittal: Submit 5 signed and notarized original copies of each Application for Payment to
the Construction Manager by a method ensuring receipt within 24 hours. One copy shall be
complete, including waivers of lien and similar attachments, when required.
1.
G.
Separate Continuation Sheets shall be provided for work which takes place on each
building, which will detail that portion of the contract which is attributable to the specific
building. The appropriate Greenwich Bid number shall be shown on the top of each
continuation form.
Transmit each copy with a transmittal form listing attachments and recording appropriate
information related to the application, in a manner acceptable to the Construction
Manager and Architect.
Waivers of Mechanics Lien: With each Application for Payment, submit waivers of mechanics
liens from subcontractors, sub-subcontractors and suppliers for the construction period covered
by the previous application.
1.
Submit partial waivers on each item for the amount requested, prior to deduction for
retainage, on each item.
2.
When an application shows completion of an item, submit final or full waivers.
3.
The Owner reserves the right to designate which entities involved in the Work must
submit waivers.
a.
4.
H.
Submit final Applications for Payment with or proceeded by final waivers from
every entity involved with performance of the Work covered by the application that
is lawfully entitled to a lien.
Waiver Forms: Submit waivers of lien on forms, and executed in a manner, acceptable
to the Owner.
Initial Application for Payment: Administrative actions and submittals that must precede or
coincide with submittal of the first Application for Payment include the following. The initial
payment application will not be processed until all of these actions and submittals have been
PAYMENT PROCEDURES
01 2900 - 3 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
received by the Construction Manager. When preliminary submissions are received with the
initial application (items 4 and 7), the final submission for these items must be received and
approved by the Construction Manager prior to submission of the second application for
payment.
I.
1.
List of subcontractors.
2.
List of principal suppliers and fabricators.
3.
Schedule of Values.
4.
Contractor's Construction Schedule (preliminary if not final).
5.
Schedule of principal products.
6.
Schedule of unit prices.
7.
Submittal Schedule (preliminary if not final).
8.
List of Contractor's staff assignments.
9.
List of Contractor's principal consultants.
10.
Copies of building permits.
11.
Copies of authorizations and licenses from governing authorities for performance of the
Work.
12.
Initial progress report.
13.
Report of preconstruction meeting.
14.
Certificates of insurance and insurance policies.
15.
Performance and payment bonds.
16.
Data needed to acquire the Owner's insurance.
17.
Initial settlement survey and damage report, if required.
Application for Payment at Substantial Completion: Following issuance of the Certificate of
Substantial Completion, submit an Application for Payment.
1.
This application shall reflect Certificates of Partial Substantial Completion issued
previously for Owner occupancy of designated portions of the Work.
2.
Administrative actions and submittals that shall precede or coincide with this application
include:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
Occupancy permits and similar approvals.
Warranties (guarantees) and maintenance agreements.
Test/adjust/balance records.
Maintenance instructions.
Meter readings.
Startup performance reports.
Changeover information related to Owner's occupancy, use, operation, and
maintenance.
Final cleaning.
Application for reduction of retainage and consent of surety.
Advice on shifting insurance coverages.
Final progress photographs.
List of incomplete Work, recognized as exceptions to Architect's Certificate of
Substantial Completion.
PAYMENT PROCEDURES
01 2900 - 4 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
J.
APRIL 25, 2014
Final Payment Application: Administrative actions and submittals that must precede or coincide
with submittal of the final Application for Payment include the following:
1.
Completion of Project closeout requirements.
2.
Completion of items specified for completion after Substantial Completion.
3.
Ensure that unsettled claims will be settled.
4.
Ensure that incomplete Work is not accepted and will be completed without undue delay.
5.
Transmittal of required Project construction records to the Owner.
6.
Certified property survey.
7.
Proof that taxes, fees, and similar obligations were paid.
8.
Removal of temporary facilities and services.
9.
Removal of surplus materials, rubbish, and similar elements.
10.
Change of door locks to Owner's access.
PART 2 - PART 1 - PRODUCTS (Not Applicable)
PART 3 - PART 2 - EXECUTION (Not Applicable)
END OF SECTION 01 2900
PAYMENT PROCEDURES
01 2900 - 5 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 3119 -PROJECT MEETINGS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
This Section specifies administrative and procedural requirements for project meetings,
including, but not limited to, the following:
1.
2.
3.
4.
B.
Related Sections: The following Sections contain requirements that relate to this Section:
1.
1.3
Preconstruction conferences.
Preinstallation conferences.
Progress meetings.
Coordination meetings.
Division 1 Section "Electronic Submittal Procedures" for submitting the Contractor's
Construction Schedule.
PRECONSTRUCTION CONFERENCE
A.
A preconstruction conference will be scheduled before starting construction, at a time
convenient to the Owner and the Architect, but no later than 15 days after execution of the
Agreement. The conference will be held at the Project Site or another convenient location.
B.
Attendees: Authorized representatives of the Owner, Architect, and their consultants; the
Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and other
concerned parties shall attend the conference. All participants at the conference shall be
familiar with the Project and authorized to conclude matters relating to the Work.
C.
Agenda: Discuss items of significance that could affect progress, including the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Tentative construction schedule.
Critical work sequencing.
Designation of responsible personnel.
Procedures for processing field decisions and Change Orders.
Procedures for processing Applications for Payment.
Distribution of Contract Documents.
Submittal of Shop Drawings, Product Data, and Samples.
Preparation of record documents.
Use of the premises.
Parking availability.
Office, work, and storage areas.
Equipment deliveries and priorities.
Safety procedures.
PROJECT MEETINGS
01 3119 - 1 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
14.
15.
16.
17.
D.
1.4
APRIL 25, 2014
First aid.
Security.
Housekeeping.
Working hours.
Reporting: The Contractor shall prepare and issue minutes to attendees and interested parties.
PREINSTALLATION CONFERENCES
A.
Conduct a pre-installation conference at the Project Site before each construction activity that
requires coordination with other construction.
B.
Attendees: The Installer and representatives of the Prime Contractor, manufacturers and
fabricators involved in or affected by the installation, and its coordination or integration with
other materials and installations that have preceded or will follow, shall attend the meeting.
Advise the Owner and Architect of scheduled meeting dates.
1.
Review the progress of other construction activities and preparations for the particular
activity under consideration at each pre-installation conference, including requirements
for the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
u.
v.
w.
Contract Documents.
Options.
Related Change Orders.
Purchases.
Deliveries.
Shop Drawings, Product Data, and quality-control samples.
Review of mockups.
Possible conflicts.
Compatibility problems.
Time schedules.
Weather limitations.
Manufacturer's recommendations.
Warranty requirements.
Compatibility of materials.
Acceptability of substrates.
Temporary facilities.
Space and access limitations.
Governing regulations.
Safety.
Inspecting and testing requirements.
Required performance results.
Recording requirements
Protection.
2.
Record significant discussions and agreements and disagreements of each conference
and the approved schedule. Promptly distribute the record of the meeting to everyone
concerned, including the Owner and the Architect.
3.
Do not proceed with the installation if the conference cannot be successfully concluded.
Initiate whatever actions are necessary to resolve impediments to performance of Work
and reconvene the conference at the earliest feasible date.
4.
Reporting: General Contractor or Installer shall issue minutes to attendees, CM, Owner
and Architect.
PROJECT MEETINGS
01 3119 - 2 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.5
APRIL 25, 2014
PROGRESS MEETINGS
A.
Progress meetings will be held at the Project Site at regular intervals (typically weekly) as
determined by the Architect/Owner.
B.
Attendees: In addition to representatives of the Owner and the Architect, the General
Contractor shall be represented at these meetings. Attendance is mandatory at each
meeting and a penalty sum of $500.00 per missed meeting will be assessed to the Prime
Contractor not attending without prior written authorization from the Owner.
Subcontractors, suppliers, or other entities will be invited at the discretion of the Owner,
Construction Manager, and the Architect. All participants at the conference shall be familiar with
the Project and authorized to conclude matters relating to the Work.
C.
Agenda: Review and correct or approve minutes of the previous progress meeting. Review
other items of significance that could affect progress. Include topics for discussion as
appropriate to the status of the Project.
1.
Contractor's Construction Schedule: Review progress since the last meeting. Determine
where each activity is in relation to the Contractor's Construction Schedule, whether on
time or ahead or behind schedule. Determine how construction behind schedule will be
expedited; secure commitments from parties involved to do so. Discuss whether
schedule revisions are required to insure that current and subsequent activities will be
completed within the Contract Time.
2.
Review the present and future needs of each entity present, including the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
D.
1.6
Interface requirements.
Time.
Sequences.
Status of submittals.
Deliveries.
Off-site fabrication problems.
Access.
Site utilization.
Temporary facilities and services.
Hours of work.
Hazards and risks.
Housekeeping.
Quality and work standards.
Change Orders.
Documentation of information for payment requests.
Reporting: Approximately 5 days after each meeting, the Construction Manager will prepare
and distribute minutes of the meeting to each party present and to parties who should have
been present. Include a brief summary, in narrative form, of progress since the previous
meeting and report.
COORDINATION MEETINGS
A.
Conduct project coordination meetings at regular intervals convenient for all parties involved.
Project coordination meetings are in addition to specific meetings held for other purposes, such
as regular progress meetings and special pre-installation meetings.
B.
Request representation at each meeting by every party currently involved in coordination or
planning for the construction activities involved.
PROJECT MEETINGS
01 3119 - 3 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
C.
Record meeting results and distribute copies to everyone in attendance and to others affected
by decisions or actions resulting from each meeting.
D.
The Contractors Field Manager will conduct daily meetings with the Contractor performing work.
The purpose of the meeting is to provide the opportunity for each Contractor to communicate to
the Field Manager any items relating to their respective construction activity for that day
(request for shutdown, deliveries, etc.) The meetings will commence from 7:00 o’clock am until
7:30 o’clock am. The foreman of the General Contractor must attend. These meetings are
generally informal. The Contractors Field Manager will keep minutes of these meetings when
appropriate and will be available upon request.
1.7
SAFETY MEETINGS
A.
General Contractor will be responsible to conduct safety meetings on a regular basis (but not
less than three times during any thirty day period.)
B.
Minutes of the Safety Meeting must be submitted to the Architect within 4 business days.
Failure to conduct and submit meeting minutes will be grounds to reject the General
Contractor’s progress payment.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION 01 3119
PROJECT MEETINGS
01 3119 - 4 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 3300 - ELECTRONIC SUBMITTAL PROCEDURES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
Section includes requirements for the submittal schedule and administrative and procedural
requirements for submitting Shop Drawings, Product Data, Samples, and other submittals.
B.
Related Sections:
1.3
1.
Division 01 Section “Payment Procedures” for submitting Applications for Payment and
the schedule of values.
2.
Division 01 Section “Project Record Documentation” for submitting schedules and
reports, including Contractor’s construction schedule.
3.
Division 01 Section “Operation and Maintenance Data” for submitting operation and
maintenance manuals.
DEFINITIONS
A.
Action Submittals: Written and graphic information and physical samples that require Architect’s
responsive action. Action submittals are those submittals indicated in individual Specification
Sections as action submittals.
B.
Informational Submittals: Written and graphic information and physical samples that do not
require Architect’s responsive action. Submittals may be rejected for not complying with
requirements. Informational submittals are those submittals indicated in individual Specification
Sections as informational submittals.
C.
File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from
another computer over a network and that serves as the basis for standard Internet protocols.
An FTP site is a portion of a network located outside of network firewalls within which internal
and external users are able to access files.
D.
Portable Document Format (PDF): An open standard file format licensed by Adobe Systems
used for representing documents in a device-independent and display resolution-independent
fixed-layout document format.
1.4
ACTION SUBMITTALS
A.
Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates
required by construction schedule. Include time required for review, ordering, manufacturing,
fabrication, and delivery when establishing dates. Include additional time required for making
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 1 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
corrections or modifications to submittals noted by the Architect and additional time for handling
and reviewing submittals required by those corrections.
1.
Coordinate submittal schedule with list of subcontracts, the schedule of values, and
Contractor’s construction schedule.
2.
Initial Submittal: Submit concurrently with start-up construction schedule. Include
submittals required during the first 10 days of construction. List those submittals required
to maintain orderly progress of the Work and those required early because of long lead
time for manufacture or fabrication.
3.
Final Submittal: Submit concurrently with the first complete submittal of Contractor’s
construction schedule.
a.
4.
Format: Arrange the following information in a tabular format:
a.
b.
c.
d.
e.
f.
g.
h.
i.
1.5
Submit revised submittal schedule to reflect changes in current status and timing
for submittals.
Scheduled date for first submittal.
Specification Section number and title.
Submittal category: Action, informational.
Name of subcontractor.
Description of the Work covered.
Scheduled date for Architect’s final release or approval.
Scheduled dates for purchasing.
Scheduled dates for installation.
Activity or event number.
SUBMITTAL ADMINISTRATIVE REQUIREMENTS
A.
Architect’s Digital Data Files: Electronic copies of CAD Drawings of the Contract Drawings will
be provided by Architect for Contractor’s use in preparing submittals.
1.
Architect will furnish Contractor one set of digital data drawing files of the Contract
Drawings for use in preparing Shop Drawings and Project record drawings.
a.
Architect makes no representations as to the accuracy or completeness of digital
data drawing files as they relate to the Contract Drawings.
b.
Digital Drawing Software Program: The Contract Drawings are available in
AutoCAD Version 2010.
c.
Contractor shall execute a data licensing agreement that will be supplied by
Architect.
d.
The following plot files will by furnished for each appropriate discipline:
1) Reflected Ceiling Plans
B.
Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
1.
Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals,
and related activities that require sequential activity.
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 2 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
2.
Submit all submittal items required for each Specification Section concurrently unless
partial submittals for portions of the Work are indicated on approved submittal schedule.
3.
Submit action submittals and informational submittals required by the same Specification
Section as separate packages under separate transmittals.
4.
Coordinate transmittal of different types of submittals for related parts of the Work so
processing will not be delayed because of need to review submittals concurrently for
coordination.
a.
C.
D.
APRIL 25, 2014
Architect reserves the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
Processing Time: Allow time for submittal review, including time for resubmittals, as follows.
Time for review shall commence on Architect’s receipt of submittal. No extension of the
Contract Time will be authorized because of failure to transmit submittals enough in advance of
the Work to permit processing, including resubmittals.
1.
Initial Review: Allow 10 days for initial review of each submittal. Allow additional time if
coordination with subsequent submittals is required. Architect will advise Contractor
when a submittal being processed must be delayed for coordination.
2.
Intermediate Review: If intermediate submittal is necessary, process it in same manner
as initial submittal.
3.
Resubmittal Review: Allow 10 days for review of each resubmittal.
4.
Sequential Review: Where sequential review of submittals by Architect’s consultants,
Owner, or other parties is indicated, allow 10 days for initial review of each submittal.
5.
Concurrent Consultant Review: Where the Contract Documents indicate that submittals
may be transmitted simultaneously to Architect and to Architect’s consultants, allow 10
days for review of each submittal. Submittal will be returned to Architect before being
returned to Contractor.
Identification and Information: Identify and incorporate information in each electronic submittal
file as follows:
1.
Assemble complete submittal package into a single indexed file with links enabling
navigation to each item.
2.
Name file with submittal number or other unique identifier, including revision identifier.
a.
File name shall use project identifier and Specification Section number followed
by a decimal point and then a sequential number (e.g., OG-061000.01 or OG061000.02). Resubmittals shall include an alphabetic suffix after another decimal
point (e.g., OG-061000.01.A or OG-061000.02.A).
3.
Provide means for insertion to permanently record Contractor’s review and approval
markings and action taken by Architect.
4.
Include the following information on an inserted cover sheet:
a.
b.
c.
d.
Project name.
Date.
Name and address of Architect.
Name of Contractor.
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 3 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
e.
f.
g.
h.
i.
j.
k.
l.
m.
5.
APRIL 25, 2014
Name of firm or entity that prepared submittal.
Name of subcontractor.
Name of supplier.
Name of manufacturer.
Number and title of appropriate Specification Section.
Drawing number and detail references, as appropriate.
Location(s) where product is to be installed, as appropriate.
Related physical samples submitted directly.
Other necessary identification.
Include the following information as keywords in the electronic file metadata:
a.
b.
c.
d.
Project name.
Number and title of appropriate Specification Section.
Manufacturer name.
Product name.
E.
Options: Identify options requiring selection by the Architect.
F.
Deviations: Identify deviations from the Contract Documents on submittals.
G.
Transmittal: Assemble each submittal individually and appropriately for transmittal and handling.
Transmit each submittal using a transmittal form. Contracting Officer will return submittals,
without review, received from sources other than Contractor.
1.
Transmittal Form: Provide locations on form for the following information:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
2.
H.
Project name.
Date.
Destination (To:).
Source (From:).
Names of subcontractor, manufacturer, and supplier.
Category and type of submittal.
Submittal purpose and description.
Specification Section number and title.
Indication of full or partial submittal.
Drawing number and detail references, as appropriate.
Transmittal number, numbered consecutively.
Submittal and transmittal distribution record.
Remarks.
Signature of transmitter.
On an attached separate sheet, prepared on Contractor’s letterhead, record relevant
information, requests for data, revisions other than those requested by Architect on
previous submittals, and deviations from requirements in the Contract Documents,
including minor variations and limitations. Include same identification information as
related submittal
Resubmittals: Make resubmittals in same form and number of copies as initial submittal.
- Note date and content of previous submittal.
- Note date and content of revision in label or title block and clearly indicate extent of revision.
- Resubmit submittals until they are marked with approval notation from Architect’s action
stamp.
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 4 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
I.
Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,
fabricators, installers, authorities having jurisdiction, and others as necessary for performance
of construction activities. Show distribution on transmittal forms.
J.
Use for Construction: Use only final submittals that are marked with approval notation from
Architect’s action stamp.
PART 2 - PRODUCTS
2.1
SUBMITTAL PROCEDURES
A.
General Submittal Procedure Requirements: Prepare and submit submittals required by
individual Specification Sections. Types of submittals are indicated in individual Specification
Sections.
1.
Submit electronic submittals via email as PDF electronic files.
a.
2.
Closeout Submittals and Maintenance Material Submittals: Comply with requirements
specified in Division 01 Section “Execution and Closeout Requirements.”
3.
Certificates and Certifications Submittals: Provide a statement that includes signature of
entity responsible for preparing certification. Certificates and certifications shall be signed
by an officer or other individual authorized to sign documents on behalf of that entity.
4.
B.
Architect, through Contracting Officer, will return annotated file. Annotate and
retain one copy of file as an electronic Project record document file.
a.
Provide a digital signature with digital certificate on electronically-submitted
certificates and certifications where indicated.
b.
Provide a notarized statement on original paper copy certificates and
certifications where indicated.
Test and Inspection Reports Submittals: Comply with requirements specified in Division
01 Section “Quality Requirements.”
Product Data: Collect information into a single submittal for each element of construction and
type of product or equipment
1.
If information must be specially prepared for submittal because standard published data
are not suitable for use, submit as Shop Drawings, not as Product Data.
2.
Mark each copy of each submittal to show which products and options are applicable.
3.
Include the following information, as applicable:
a.
Manufacturer’s catalog cuts.
b.
Manufacturer’s product specifications.
c.
Standard color charts.
d.
Statement of compliance with specified referenced standards.
e.
Testing by recognized testing agency.
f.
Application of testing agency labels and seals.
g.
Notation of coordination requirements.
h.
Availability and delivery time information.
4.
For equipment, include the following in addition to the above, as applicable:
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 5 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
a.
b.
c.
d.
C.
Submit Product Data before or concurrent with Samples.
6.
Submit Product Data in the following format:
PDF electronic file.
Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base
Shop Drawings on reproductions of the Contract Documents or standard printed data, unless
submittal based upon Architect’s digital data drawing files is otherwise permitted.
1.
Preparation: Fully illustrate requirements in the Contract Documents. Include the
following information, as applicable:
a.
b.
c.
d.
e.
f.
g.
Identification of products.
Schedules.
Compliance with specified standards.
Notation of coordination requirements.
Notation of dimensions established by field measurement.
Relationship and attachment to adjoining construction clearly indicated.
Seal and signature of professional engineer if specified.
2.
Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop
Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by
42 inches (750 by 1067 mm).
3.
Submit Shop Drawings in the following format:
a.
D.
Wiring diagrams showing factory-installed wiring.
Printed performance curves.
Operational range diagrams.
Clearances required to other construction, if not indicated on accompanying
Shop Drawings.
5.
a.
APRIL 25, 2014
PDF electronic file.
Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these
characteristics with other elements and for a comparison of these characteristics between
submittal and actual component as delivered and installed.
1.
Transmit Samples that contain multiple, related components such as accessories
together in one submittal package.
2.
Identification: Attach label on unexposed side of Samples that includes the following:
a.
b.
c.
d.
3.
Generic description of Sample.
Product name and name of manufacturer.
Sample source.
Number and title of applicable Specification Section.
Disposition: Maintain sets of approved Samples at Project site, available for qualitycontrol comparisons throughout the course of construction activity. Sample sets may be
used to determine final acceptance of construction associated with each set.
a.
Samples that may be incorporated into the Work are indicated in individual
Specification Sections. Such Samples must be in an undamaged condition at
time of use.
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 6 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
b.
4.
Number of Samples: Submit one full set(s) of available choices where color,
pattern, texture, or similar characteristics are required to be selected from
manufacturer’s product line. Architect, through Contracting Officer, will return
submittal with options selected.
Samples for Verification: Submit full-size units or Samples of size indicated, prepared
from same material to be used for the Work, cured and finished in manner specified, and
physically identical with material or product proposed for use, and that show full range of
color and texture variations expected. Samples include, but are not limited to, the
following: partial sections of manufactured or fabricated components; small cuts or
containers of materials; complete units of repetitively used materials; swatches showing
color, texture, and pattern; color range sets; and components used for independent
testing and inspection.
a.
E.
Samples not incorporated into the Work, or otherwise designated as
Government’s property, are the property of Contractor.
Samples for Initial Selection: Submit manufacturer’s color charts consisting of units or
sections of units showing the full range of colors, textures, and patterns available.
a.
5.
APRIL 25, 2014
Number of Samples: Submit three sets of Samples. Architect will retain one
Sample set; remainder will be returned. Mark up and retain one returned Sample
set as a Project record sample.
1)
Submit a single Sample where assembly details, workmanship, fabrication
techniques, connections, operation, and other similar characteristics are to be
demonstrated.
2)
If variation in color, pattern, texture, or other characteristic is inherent in material
or product represented by a Sample, submit at least three sets of paired units
that show approximate limits of variations.
Product Schedule: As required in individual Specification Sections, prepare a written summary
indicating types of products required for the Work and their intended location. Include the
following information in tabular form:
1.
Type of product. Include unique identifier for each product indicated in the Contract
Documents.
2.
Manufacturer and product name, and model number if applicable.
3.
Number and name of room or space.
4.
Location within room or space.
5.
Submit product schedule in the following format:
a.
PDF electronic file.
F.
Contractor’s Construction Schedule: Comply with requirements specified in Division 01 Section
“Construction Progress Documentation.”
G.
Application for Payment: Comply with requirements specified in Division 01 Section “Payment
Procedures.”
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 7 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
H.
APRIL 25, 2014
Schedule of Values: Comply with requirements specified in Division 01 Section “Payment
Procedures.”
1.
Name, address, and telephone number of entity performing subcontract or supplying
products.
2.
Number and title of related Specification Section(s) covered by subcontract.
3.
Drawing number and detail references, as appropriate, covered by subcontract.
4.
Submit subcontract list in the following format:
a.
PDF electronic file.
I.
Subcontract List: Prepare a written summary identifying individuals or firms proposed for each
portion of the Work, including those who are to furnish products or equipment fabricated to a
special design. Include the following information in tabular form:
J.
Qualification Data: Prepare written information that demonstrates capabilities and experience of
firm or person. Include lists of completed projects with project names and addresses, contact
information of architects and owners, and other information specified.
K.
Welding Certificates: Prepare written certification that welding procedures and personnel
comply with requirements in the Contract Documents. Submit record of Welding Procedure
Specification and Procedure Qualification Record on American Welding Society (AWS) forms.
Include names of firms and personnel certified.
L.
Installer Certificates: Submit written statements on manufacturer’s letterhead certifying that
Installer complies with requirements in the Contract Documents and, where required, is
authorized by manufacturer for this specific Project.
M.
Manufacturer Certificates: Submit written statements on manufacturer’s letterhead certifying
that manufacturer complies with requirements in the Contract Documents. Include evidence of
manufacturing experience where required.
N.
Product Certificates: Submit written statements on manufacturer’s letterhead certifying that
product complies with requirements in the Contract Documents.
O.
Material Certificates: Submit written statements on manufacturer’s letterhead certifying that
material complies with requirements in the Contract Documents.
P.
Material Test Reports: Submit reports written by a qualified testing agency, on testing agency’s
standard form, indicating and interpreting test results of material for compliance with
requirements in the Contract Documents.
Q.
Product Test Reports: Submit written reports indicating current product produced by
manufacturer complies with requirements in the Contract Documents. Base reports on
evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or
on comprehensive tests performed by a qualified testing agency.
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 8 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
R.
APRIL 25, 2014
Research Reports: Submit written evidence, from a model code organization acceptable to
authorities having jurisdiction, that product complies with building code in effect for Project.
Include the following information:
- Name of evaluation organization.
- Date of evaluation.
- Time period when report is in effect.
- Description of product.
- Test procedures and results.
- Limitations of use.
S.
Schedule of Tests and Inspections: Comply with requirements specified in Division 01 Section
“Quality Requirements.”
T.
Field Test Reports: Submit reports indicating and interpreting results of field tests performed
either during installation of product or after product is installed in its final location, for
compliance with requirements in the Contract Documents.
U.
Maintenance Data: Comply with requirements specified in Division 01 Section “Operation and
Maintenance Data.”
PART 3 - EXECUTION
3.1
CONTRACTOR’S REVIEW
A.
Action and Informational Submittals: Review each submittal and check for coordination with
other Work of the Contract and for compliance with the Contract Documents. Note corrections
and field dimensions. Mark with approval stamp before submitting to Contracting Officer.
B.
Project Closeout and Maintenance/Material Submittals: Refer to requirements in Division 01
Section “Closeout Procedures.”
C.
Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name
and location, submittal number, Specification Section title and number, name of reviewer, date
of Contractor’s approval, and statement certifying that submittal has been reviewed, checked,
and approved for compliance with the Contract Documents.
3.2
ARCHITECTS ACTION
A.
General: Architect will not review submittals that do not bear Contractor’s approval stamp and
will return them without action.
B.
Action Submittals: Architect will review each submittal, make marks to indicate corrections or
modifications required, and return it. Architect will stamp each submittal with an action stamp
and will mark stamp appropriately to indicate action, as follows:
1.
Approved: Where the submittal is marked “Approved,” the Work covered by the submittal
may proceed provided it complies with the Contract Documents. Final acceptance will
depend on that compliance.
2.
Approved As Corrected (do not resubmit): Where the submittal is marked “Approved As
Corrected” the work covered by the submittal may proceed provided it complies both with
Architect’s notations and corrections on the submittal and the Contract Documents. Final
acceptance will depend on that compliance.
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 9 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
C.
APRIL 25, 2014
3.
Revise and Resubmit (see notes): Where the submittal is marked “Revise and Resubmit”
do not proceed with the Work covered by the submittal, including purchasing, fabrication,
delivery, or other activity for the product submitted. Revise and prepare a new submittal
according to Architect’s notations and corrections.
4.
Rejected: Where the submittal is marked “Rejected”, do not proceed with the Work
covered by the submittal. Prepare a new submittal for a product that complies with the
Contract Documents.
Informational Submittals: Architect will review each submittal and will not return it, or will return
it if it does not comply with requirements. Architect will forward each submittal to appropriate
party.
1.
Submit Specified Item: Where the submittal is marked “Submit Specified Item”, do not
proceed with the Work covered by the submittal. Prepare a new submittal for a product
that complies with the Contract Documents.
D.
Partial submittals prepared for a portion of the Work will be reviewed when use of partial
submittals has received prior approval from Architect.
E.
Incomplete submittals are not acceptable, will be considered nonresponsive, and will be
returned without review.
F.
Submittals not required by the Contract Documents may not be reviewed and may be
discarded.
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 10 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
END OF SECTION 01 3300
ELECTRONIC SUBMITTAL PROCEDURES
01 3300 - 11 of 11
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SUBMITTAL COVERSHEET
No:_______________
Contractor: _____________________________________________
Contract: __________________
Address: ___________________________________________________ Telephone: _________________
___________________________________________________ Fax: _______________________
School Name: ________OLD GREENWICH SCHOOL__________________________________________
Type of Submittal:
[ ] Shop Drawings
[ ] Test Report
[ ] Product Data
[ ] Certificate
[ ] Schedule
[ ] Color Sample
Re-submittal: [ ] No [ ] Yes
[ ] Sample
[ ]
[ ] Warranty
[ ]
Submittal Description:
Product Name:
___________________________________________________________________________________
Manufacturer:
___________________________________________________________________________________
Subcontractor/
Supplier:
___________________________________________________________________________________
References:
Spec. Section No.: _____________________
Drawing No(s): ______________
Paragraph: __________________________
Rm. or Detail No(s): ________________
Architect’s Review Stamp
Contractor Review Stamp
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
Remarks:
SUBMITTAL COVER PAGE
01 3301 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 4000 – QUALITY REQUIREMENTS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
1.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes administrative and procedural requirements for quality-control services.
B.
Quality-control services include inspections, tests, and related actions, including reports
performed by Contractor, by independent agencies, and by governing authorities. They do not
include contract enforcement activities performed by Architect.
C.
Inspection and testing services are required to verify compliance with requirements specified or
indicated. These services do not relieve Contractor of responsibility for compliance with
Contract Document requirements.
D.
Requirements of this Section relate to customized fabrication and installation procedures, not
production of standard products.
E.
1.
Specific quality-control requirements for individual construction activities are specified in
the Sections that specify those activities. Requirements in those Sections may also cover
production of standard products.
2.
Specified inspections, tests, and related actions do not limit Contractor’s quality-control
procedures that facilitate compliance with Contract Documents. Requirements.
3.
Requirements for Contractor to provide quality-control services required by Architect,
Owner, or authorities having jurisdiction are not limited by provisions of this Section.
Related Sections: The following Sections contain requirements that relate to this Section:
1.
Division 1 Section “Cutting and Patching” specifies requirements for repair and
restoration of construction disturbed by inspection and testing activities.
2.
Division 1 Section “Electronic Submittal Procedures” specifies requirements for
development of a schedule of required tests and inspections.
F.
Referenced Standards: If compliance with two or more standards is specified and the
standards establish different or conflicting requirements, comply with the most stringent
requirement. Refer uncertainties to Architect for a decision.
G.
Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be
the minimum. The actual installation may exceed the minimum within reasonable limits.
Indicated numeric values are minimum or maximum, as appropriate, for the context of
requirements. Refer uncertainties to Architect for a decision.
H.
Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses,
certifications, inspection reports, notices, receipts for fee payments, and similar documents,
established for compliance with standards and regulations bearing on performance of the Work.
QUALITY REQUIREMENTS
01 4000 - 1 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
I.
Testing Agency Qualifications: An independent agency with the experience and capability to
conduct testing and inspecting indicated; and where required by authorities having jurisdiction,
that is acceptable to authorities.
J.
Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's
responsibility, provide quality-control services, including retesting and reinspecting, for
construction that replaced Work that failed to comply with the Contract Documents.
K.
Testing Agency Responsibilities: Cooperate with Architect, Construction Manager, and
Contractor in performance of duties. Provide qualified personnel to perform required tests and
inspections.
L.
M.
1.
Promptly notify Architect, Construction Manager, and Contractor of irregularities or
deficiencies in the Work observed during performance of its services.
2.
Do not release, revoke, alter, or increase requirements of the Contract Documents or
approve or accept any portion of the Work.
3.
Do not perform any duties of Contractor.
Associated Services: Cooperate with testing agencies and provide reasonable auxiliary
services as requested. Provide the following:
1.
Access to the Work.
2.
Incidental labor and facilities necessary to facilitate tests and inspections.
3.
Adequate quantities of representative samples of materials that require testing and
inspecting. Assist agency in obtaining samples.
4.
Security and protection for samples and for testing and inspecting equipment.
Coordination: Coordinate sequence of activities to accommodate required quality-assurance
and -control services with a minimum of delay and to avoid necessity of removing and replacing
construction to accommodate testing and inspecting.
1.
1.3
Schedule times for tests, inspections, obtaining samples, and similar activities.
RESPONSIBILITIES
A.
Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified
entity, Contractor shall provide inspections, tests, and other quality-control services specified
elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for
these services are included in the Contract Sum.
1.
2.
B.
Where individual Sections Specifically indicate that certain inspections, tests, and other
quality-control services are the Contractor’s responsibility, the Contractor shall employ
and pay a qualified independent testing agency to perform quality-control services. Costs
for these services are included in the Contract Sum.
Where individual Sections specifically indicate that certain inspections, tests, and other
quality-control services are the Owner’s responsibility, the Owner will employ and pay a
qualified independent testing agency to perform those services.
Retesting: The Contractor is responsible for retesting where results of inspections, tests, or
other quality-control services prove unsatisfactory and indicate noncompliance with Contract
Document requirements, regardless of whether the original test was Contractor’s responsibility.
QUALITY REQUIREMENTS
01 4000 - 2 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.
C.
D.
E.
1.4
APRIL 25, 2014
The cost of retesting construction, revised or replaced by the Contractor, is the
Contractor’s responsibility where required tests performed on original construction
indicated noncompliance with Contract Document requirements.
Associated Services: Cooperate with agencies performing required inspections, tests, and
similar services, and provide reasonable auxiliary services as requested. Notify the agency
sufficiently in advance of operations to permit assignment of personnel. Auxiliary services
required include, but are not limited to, the following.
1.
Provide access to the Work.
2.
Furnish incidental labor and facilities necessary to facilitate inspections and tests.
3.
Take adequate quantities of representative samples of materials that require testing or
assist the agency in taking samples.
4.
Deliver samples to testing laboratories.
5.
Provide security and protection of samples and test equipment at the Project Site.
Duties of the testing Agency: The independent agency engaged to perform inspections,
sampling, and testing of materials and construction specified in individual Sections shall
cooperate with the Architect, Construction Manager, and the Contractor in performance of the
agency’s duties. The testing agency shall provide qualified personnel to perform required
inspections and tests.
1.
The agency shall notify the Architect and the Contractor promptly of irregularities or
deficiencies observed in the Work during performance of its services.
2.
The agency is not authorized to release, revoke, alter or enlarge requirements of the
Contract Documents or approve or accept any portion of the Work.
3.
The agency is not authorized to release, revoke, alter or enlarge requirements of the
Contract Documents or approve or accept any portion of the Work.
Coordination: Coordinate the sequence of activities to accommodate required services with a
minimum of delay.
1.
Coordinate activities to avoid the necessity of removing and replacing construction to
accommodate inspections and tests.
2.
The Construction Manager is responsible for scheduling times for inspections tests,
taking samples, and similar activities.
SUBMITTALS
A.
Unless the Contractor is responsible for this service, the independent testing agency shall
submit a certified written report, induplicate, of each inspection, test, or similar service through
the Contractor.
1.
Submit additional copies of each written report directly to the governing authority, when
the authority so directs.
2.
Report Data: Written reports of each inspection, test, or similar service include, but are
not limited to, the following:
a.
Date of issue.
b.
Project title and number.
QUALITY REQUIREMENTS
01 4000 - 3 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.5
APRIL 25, 2014
c.
Name, address, and telephone number of testing agency.
d.
Dates and locations of samples and tests or inspections.
e.
Names of individuals making the inspection or test.
f.
Designation of the Work and test method.
g.
Identification of product and Specification Section.
h.
Complete inspection or test data.
i.
Test results and any interpretations of test results.
j.
Ambient conditions at the time of sample taking and testing.
k.
Comments or professional opinion on whether inspected or tested Work complies
with Contract document requirements.
l.
Name and signature of laboratory inspector.
m.
Recommendations on retesting.
QUALITY ASSURANCE
A.
Qualifications for Service Agencies: Engage inspection and testing service agencies, including
independent testing laboratories, that are pre-qualified as complying with the American Council
of Independent Laboratories “Recommended Requirements for Independent Laboratory
Qualification” and that specialize in the types of inspections and test to be performed.
1.
Each independent inspection and testing agency engaged on the Project shall be
authorized by authorities having jurisdiction to operate in the state where the project is
located.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1
REPAIR AND PROTECTION
A.
General: Upon completion of inspection, testing, sample taking and similar services, repair
damaged construction and restore substrates and finishes. Comply with Contract Document
requirements for Division 1 Section “Cutting and Patching.”
B.
Protect construction exposed by or for quality-control service activities, and protect repaired
construction.
C.
Repair and protection is Contractor’s responsibility, regardless of the assignment of
responsibility for inspection, testing, or similar services.
END OF SECTION 01 4000
QUALITY REQUIREMENTS
01 4000 - 4 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 5000 – TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1
SUMMARY
A.
This Section includes requirements for temporary facilities and controls, including temporary
utilities, support facilities, and security and protection facilities.
B.
Temporary utilities include, but are not limited to, the following:
C.
D.
1.2
1.
Heating and cooling facilities.
2.
Ventilation.
3.
Electric power service.
4.
Lighting.
5.
Telephone service.
Security and protection facilities include, but are not limited to, the following:
1.
Temporary partitions.
2.
Fire protection.
Unless work of this section is indicated to be provided under a specific contract, the General
Contractor must provide, maintain and remove required temporary facilities necessary to
perform his own construction activities.
QUALITY ASSURANCE
A.
B.
Regulations: Comply with industry standards and applicable laws and regulations of authorities
having jurisdiction including, but not limited to, the following:
1.
Building code requirements.
2.
Health and safety regulations.
3.
Utility company regulations.
4.
Police, fire department, and rescue squad rules.
5.
Environmental protection regulations.
Standards: Comply with NFPA 241 “Standard for Safeguarding Construction, Alterations, and
Demolition Operations,” ANSI A10 Series standards for “Safety Requirements for Construction
and Demolition,” and NECA Electrical Design Library “Temporary Electrical Facilities.”
1.
C.
Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for
temporary electric service. Install service in compliance with NFPA 70 “National Electric
Code.”
Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility
before use. Obtain required certifications and permits.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 1 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.3
APRIL 25, 2014
PROJECT CONDITIONS
A.
Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of
each temporary utility. At the earliest feasible time, when acceptable to the Owner, change over
from use of temporary service to use of permanent service.
B.
Conditions of Use: Keep temporary services and facilities clean and neat in appearance.
Operate in a safe and efficient manner. Relocate temporary services and facilities as the work
progresses. Do not overload facilities or permit them to interfere with progress. Take necessary
fire-preventive measures. Do not allow hazardous, dangerous, or unsanitary conditions, or
public nuisances to develop or persist onsite.
1.4
DIVISION OF RESPONSIBILITIES
A.
General: These Specifications assign Contractor specific responsibilities for certain temporary
facilities used by other entities at the site.
B.
General Contractor is responsible for the following:
1.5
1.
Installation, operation, maintenance and removal of each temporary facility considered as
its own normal construction activity, as well as the costs and use charges except as listed
below.
2.
Plug-in electric power cords and extension cords, supplementary plug-in task lighting,
and special lighting necessary exclusively for its own activities.
3.
Its own storage and fabrication sheds.
4.
Hoisting requirements, including hoisting loads in excess of 2 tons, hoisting material or
equipment into spaces below grade, and hoisting requirements outside the building
enclosure.
5.
Collection and disposal of hazardous, dangerous, unsanitary, or other harmful waste
material.
6.
Secure lock-up of its own tools, materials and equipment.
7.
Construction aids and miscellaneous services and facilities necessary exclusively for its
own construction activities.
8.
Maintaining temporary facilities provided by General Contractor.
USE CHARGES
A.
General: Cost or use charges for temporary facilities are not chargeable to Owner or Architect
and shall be included in the Contract Sum. Allow other entities to use temporary services and
facilities without cost, including, but not limited to, the following:
1.
The Construction Manager.
2.
Other Contractors.
3.
Owners construction forces.
4.
Occupants of Project.
5.
Architect.
6.
Testing Agencies.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 2 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
7.
APRIL 25, 2014
Personnel of authorities having jurisdiction.
B.
Water Service: Use water from the Owner’s existing water system without metering and without
payment of use charges. Access to water shall be approved by the Owner.
C.
Electric Power Service: Temporary electric power including set-up and maintenance is the
responsibility of the General Contractor.
PART 2 - PRODUCTS
2.1
MATERIALS
A.
General: Provide new materials. If acceptable to the Architect, the Contractor may use
undamaged, previously unused materials in serviceable condition. Provide materials suitable for
use intended.
B.
Lumber and Plywood: Comply with requirements in Division 6 Section “Rough Carpentry.”
C.
1.
For job-built temporary offices, shops, and sheds within the construction area, provide
UL-labeled, fire-treated lumber and plywood for framing, sheathing, and siding.
2.
For signs and directory boards, provide exterior-type, Grade B-B high density concrete
form overlay plywood of sizes and thicknesses indicated.
3.
For vision barriers, provide minimum 3/8-inch-thick exterior plywood.
4.
For safety barriers, sidewalk bridges, and similar uses, provide minimum 5/8-inch-thick
exterior plywood.
Paint: Comply with requirements of Division 9 Section “Painting.”
1.
D.
Paint surfaces exposed to view from Owner occupied areas.
Tarpaulins: Provide waterproof, fire-resistant, UL-labeled tarpaulins with flame-spread rating of
15 or less. For temporary enclosures, provide translucent, nylon-reinforced, laminated
polyethylene or polyvinyl chloride, fire-retardant tarpaulins.
PART 3 - EXECUTION
3.1
INSTALLATION GENERAL
A.
Use qualified personnel for installation of temporary facilities. Locate facilities where they will
serve Project adequately and result in minimum interference with performance of the work.
Relocate and modify facilities as required.
B.
General Contractor shall provide each facility ready for use when needed to avoid delay.
Maintain and modify as required. Do not remove until facilities are no longer needed or are
replaced by authorized use of completed permanent facilities.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 3 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.2
APRIL 25, 2014
TEMPORARY UTILITY INSTALLATION
A.
Use qualified personnel for installation of temporary facilities. Locate facilities where they will
serve Project adequately and result in minimum interference with performance of the work.
Relocate and modify facilities as required.
B.
General Contractor shall provide each facility ready for use when needed to avoid delay.
Maintain and modify as required. Do not remove until facilities are no longer needed or are
replaced by authorized use of completed permanent facilities.
1.
3.3
Arrange with utility company, Owner, and existing users for time when service can be
interrupted, if necessary, to make connections for temporary services.
CONTRACTOR FIELD OFFICES
A.
General Contractor and subcontractors may with permission from the architect and/or
construction manager establish a field office for their own use. Said offices for the individual
prime contractor, subcontractors, specialty contractors and the like shall be of such size and
design as approved by the owner and architect and shall be located in the Contractors fenced
staging area at the South East corner of the site. Each representative contractor will arrange for
telephone service and electric service, if required, directly with the utility company. (No field
offices or storage trailers will be allowed by the buildings.)
B.
Maintain, in the contractor’s field office, all articles for First Aid treatment; further, the contractor
shall establish standing arrangements for the immediate removal and hospital treatment of any
employees and other persons on the job site who may be injured or who may become ill during
the course work.
3.4
TEMPORARY AND PERMANENT SERVICES, GENERAL
A.
The Contractor’s use of any permanent system or service of the building or portions thereof
shall be subject to the Owners approval.
B.
The Contractor shall be responsible for any and all damage to permanent services used, and
shall make good any and all damage to the satisfaction of the owner, prior to final completion
and acceptance.
C.
NOTE - In accordance with OSHA and other applicable regulations, the representative
Contractors performing erection of structural steel, precast concrete and such other “skeleton”
type work are solely responsible for the netting, guard rail protection and such other safety
devices as deemed necessary to protect the workers and public from harm.
3.5
STORAGE FACILITIES
A.
The Contractor and each subcontractor shall provide temporary storage shanties, tool houses
and other facilities as required for his own use.
B.
Materials delivered to the site shall be safely stored and adequately protected against loss or
damage. Particular care shall be taken to protect and cover materials that are liable to be
damaged by the elements.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 4 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.6
APRIL 25, 2014
RUBBISH CONTAINER
A.
Contractor shall provide suitable rubbish container device(s) for his own use (both demolition
and construction debris), properly maintained and serviced, replaced as required and protected
from access by the public fencing as may be specified herein or approved by the Architect.
B.
Contractor and subcontractor shall sweep up and gather together daily all his own rubbish and
removed materials and place same in containers.
3.7
JANITORIAL SERVICE/DAILY CLEANUP
A.
The Contractor shall furnish daily janitorial services for the project and perform any required
maintenance of facilities as deemed necessary by the Architect during the entire life of the
contract.
B.
Toilet facilities shall be kept clean and sanitary at all times. Services shall be accomplished to
the satisfaction of the Architect.
C.
The Contractor shall provide daily trash collection and cleanup of the project area and shall
dispose of all discarded debris, and the like in a manner approved by the Architect and
Construction Manager.
D.
The General Contractor shall place foot wiping carpet at all entrances, exits to the work areas
and provide daily cleaning for all dust and footprints from the corridors, stairs, and the like,
caused by construction.
3.8
BURNING
A.
3.9
Burning will not be permitted.
MAINTENANCE OF PERMANENT ROADWAYS
A.
3.10
A.
3.11
A.
The General Contractor shall immediately remove dirt and debris which may collect on
permanent roadways created by their work, deliveries, manpower, equipment, etc.
FIRE PREVENTION CONTROL
All Contractors shall comply with the safety provisions of the National Fire Protection
Association’s “National Fire Codes” pertaining to the work and, particularly, in connection with
any cutting or welding performed as part of the work.
TEMPORARY FIRE PROTECTION
Contractor shall take all possible precautions for the prevention of fires. Where flame cutting
torches, blow torches, or welding tools are required to be used within the building, their use
shall be as approved by the General Contractor at the site. When welding tools or torches of
any type are in use, have available in the immediate vicinity of the work a fire extinguisher of the
dry chemical 20 lbs. Type. The fire extinguisher(s) shall be provided and maintained by the
Contractor doing such work.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 5 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
B.
Fuel for cutting and heating torches shall be gas only and shall be contained in Underwriters
laboratory approved containers.
C.
Storage of gas shall be in locations as approved by the Owner and subject to Fire Department
regulations and requirements.
D.
No volatile liquids shall be used for cleaning agents or as fuels for motorized equipment or tools
within a building except with the express approval of the Owner and/or Architect and in
accordance with local codes. On-site bulk storage of volatile liquids shall be outside the
buildings at locations directed by the Owner, who shall determine the extent of volatile liquid
allowed within the building at any given time.
E.
The Contractor shall comply with the following requirements relating to compressed gas:
F.
1.
Where compressed gas of any type is used for any purpose at the site, it shall be
contained in cylinders complying with ICC regulations. Gases of different types shall not
be stored together except when in use and when such proximity is required.
2.
All gas cylinders shall be stored in sheds constructed of noncombustible materials. Sheds
shall be well ventilated and without electric lights or fixtures and shall be located as far
from other buildings as is practicable. All gas cylinders not in actual use, or in proposed
immediate use, shall be removed from the building under construction or reconstruction.
Empty gas cylinders shall be removed prior to bringing in a replacement cylinder.
Cylinders shall at all times be supported and braced in an upright position. When not in
use, the protective cap shall be screwed over the valve.
3.
All persons required to handle gas cylinders or to act as temporary firemen (Fire
Watchers) shall be able to read, write and understand the English language; they shall
also be required by the Contractor to read Part 3 of Pamphlet P-1 “Safe Handling of
Compressed Gases” published by the Compressed Gas Association, 500 Fifth Avenue,
New York, NY 10036.
4.
Where local ordinances are in effect regarding gas cylinders, (their use, appurtenances
and handling), such ordinances shall supplement the requirements of this paragraph. All
personnel engaged in fire watch shall be certified by the Local Fire Department having
jurisdiction.
5.
LP-Gas Heating will not be permitted in enclosed areas below grade.
6.
Any cylinder not having the proper ICC markings or reinspection marking, or any cylinder
with a leak shall be isolated immediately away from any building and the supplier shall be
immediately notified; such other precautions as may be required to prevent damage or
injury shall also be taken by the Contractor.
The Contractor shall comply with the following requirements relating to welding and cutting:
1.
All cutting and/or welding (electric or gas) must be done only by skilled, certified and
licensed personnel.
2.
During welding or cutting operations, a contractor’s man shall act as a fire watcher. The
fire watcher shall have proper eye protection and suitable fire fighting equipment
including fire extinguisher (bearing current inspection Certificate), protective gloves and
any other equipment deemed necessary.
3.
Welding or cutting shall not be done near flammable liquid, vapors or tanks containing
such material.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 6 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
G.
3.12
A.
3.13
A.
APRIL 25, 2014
4.
Where cutting or welding is done above or adjacent to (within two feet) combustible
material or persons, a shield of incombustible material shall be installed to protect against
fire or injury to sparks or hot metal.
5.
Tanks supplying gases for welding or cutting are to be placed in an upright position
securely fastened, and close as practical to the operation. Tanks, actives or spares, shall
be protected from excess heat and shall not be placed in stairways, hallways or exits.
When not in use, protective valve cap shall be screwed on the cylinder.
6.
Adequate fire extinguishing equipment shall be maintained at all welding or cutting
operations.
7.
The Contractor shall secure all required inspections.
8.
All equipment, hoses, gauges, pressure reducing valves, torches, etc., shall be
maintained in good working order and all defective equipment shall immediately be
removed from the job.
9.
No person shall be permitted to do any welding or cutting until his name, address and
current license number have been submitted in writing to the Owner.
Contractors for work outside the building shall commence operations promptly on award of
Contract, and shall be responsible for same being kept clear of materials and debris in
connection with their own work and that of other Contractors. If a Contractor for outside work
allows other contractors to deposit material and debris over its lines, the Contractor shall be
responsible for all delay and extra cost occasioned thereby.
DISCONTINUE, CHANGES AND REMOVAL
Contractor shall:
1.
Discontinue all temporary services required by the Contract when so directed by the
Architect.
2.
The discontinuance of any such temporary service prior to the completion of the work
shall not render the Owner liable for any additional cost entailed thereby and each
Contractor shall thereafter furnish, at no additional cost to the Owner, any and all
temporary service required by such Contractors work.
3.
Remove and relocate such temporary facilities as directed by the Architect without
additional cost to the Owner, and shall restore the site and the work to a condition
satisfactory to the Owner.
VENTILATION AND HUMIDITY CONTROL FOR CONSTRUCTION:
Provide temporary ventilation required by construction activities for curing or drying of
completed installations or for protecting installed construction from adverse effects of high
humidity. Select equipment from that specified that will not have a harmful effect on completed
installations or elements being installed. Coordinate ventilation requirements to produce
ambient condition required and minimize energy consumption.
1.
Contractor shall be responsible for their own temporary ventilation required by
construction activities for curing or drying of completed installations or for protecting
installed construction from adverse effects of high humidity.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 7 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.14
A.
3.15
APRIL 25, 2014
2.
Ventilate enclosed area to dissipate humidity, and to prevent accumulation of dust,
fumes, vapors or gases.
3.
Provide equipment as necessary for air and fresh exchange for the work area per OSHA
standards.
4.
Remove temporary ventilation equipment prior to the completion of construction.
VENTILATION AND HUMIDITY CONTROL FOR BUILDING:
The Contractor shall provide temporary ventilation required for permanently or temporarily
enclosed portions of building or for protecting existing construction from adverse effects of high
humidity. Select equipment from that specified that will not have a harmful effect on completed
installations or elements being installed. Coordinate ventilation requirements to produce
ambient condition required and minimize energy consumption.
PROJECT SIGNS:
A.
Identification Signs: Provide Project identification signs as indicated on Drawings.
B.
Temporary Signs: Provide other signs as indicated and as required to inform public and
individuals seeking entrance to Project.
3.16
A.
3.17
A.
ENVIRONMENTAL PROTECTION:
General Contractor shall provide protection, operate temporary facilities, and conduct
construction in ways and by methods that comply with environmental regulations and that
minimize possible air, waterway, and subsoil contamination or pollution or other undesirable
effects. Avoid using tools and equipment that produce harmful noise. Restrict use of noise
making tools and equipment to hours that will minimize complaints from persons or firms near
Project site.
TEMPORARY PARTITIONS:
Contractor shall erect and maintain dustproof partitions and temporary enclosures to limit dust
and dirt migration and to separate areas from fumes and noise.
1.
Construct dustproof partitions of not less than nominal 4-inch (100-mm) studs, 5/8-inch
(16-mm) gypsum wallboard with joints taped on occupied side, and ½-inch (13-mm) fireretardant plywood on construction side.
2.
Construct dustproof, floor-to-ceiling partitions of not less than nominal 4-inch (100-mm)
studs, 2 layers of 3-mil (0.07-mm) polyethylene sheets, inside and outside temporary
enclosure. Cover floor with 2 layers of 3-mil (0.07-mm) polyethylene sheets, extending
sheets 18 inches (460 mm) up the side walls. Overlap and tape full length joints. Cover
floor with 3/4-inch (19-mm0 fire-retardant plywood.
a.
3.
Construct a vestibule and airlock at each entrance to temporary enclosure with not
less than 48 inches (1219 mm) between doors. Maintain water-dampened foot
mats in vestibule.
Sound insulate partitions to provide noise protection to occupied areas.
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 8 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.18
APRIL 25, 2014
4.
Seal joints and perimeter. Equip partitions with dustproof doors and security locks.
5.
Protect air-handling equipment.
6.
Weatherstrip openings.
AREAS OF SPECIAL PROTECTION:
A.
Operations of the Contractors may not block, hinder, impede, or otherwise inhibit the safe and
expeditious exiting of the building’s occupants during an emergency.
B.
In the event of an emergency (designated by the sounding of the fire alarm system) all
construction activities must immediately cease. Contractor’s work force will evacuate
themselves from work areas and remain outside of work areas until the “all clear” is given. No
work operations will be tolerated during the evacuation of the building or during an emergency.
3.19
A.
3.20
ENVIRONMENTAL PROTECTION:
Provide protection, operate temporary facilities, and conduct construction in ways and by
methods that comply with environmental regulations, and minimize the possibility that air,
waterways, and subsoil might be contaminated or polluted or that other undesirable effects
might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of
noise-making tools and equipment to hours that will minimize complaints from persons or firms
near the site.
OPERATION, TERMINATION, AND REMOVAL
A.
Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary
facilities to essential and intended uses to minimize waste and abuse.
B.
Maintenance: Maintain facilities in good operating condition until removal. Protect from damage
by freezing temperatures and similar elements.
C.
1.
Maintain operation of temporary enclosures, heating, cooling, humidity control,
ventilation, and similar facilities on a 24-hour basis where required to achieve indicated
results and to avoid possibility of damage.
2.
Protection: Prevent water-filled piping from freezing. Maintain markers for underground
lines. Protect from damage during excavation operations.
Termination and Removal: Unless the Architect requests that it be maintained longer, remove
each temporary facility when the need has ended, when replaced by authorized use of a
permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore
permanent construction that may have been delayed because of interference with the
temporary facility. Repair damaged work, clean exposed surfaces, and replace construction that
cannot be satisfactorily repaired.
1.
Materials and facilities that constitute temporary facilities are the Contractors property.
The Owner reserves the right to take possession of project identification signs.
2.
At Substantial Completion, clean and renovate permanent facilities used during the
construction period including, but not limited to, the following:
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 9 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
a.
b.
c.
APRIL 25, 2014
Replace air filters and clean inside of ductwork and housings.
Replace significantly worn parts and parts subject to unusual operating conditions.
Replace lamps burned out or noticeably dimmed by hours of use
END OF SECTION 01 5000
TEMPORARY FACILITIES AND CONTROLS
01 5000 - 10 of 10
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 6000 – PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes administrative and procedural requirements governing the Contractor's
selection of products for use in the Project.
1.
B.
1.3
Single Prime Contract: Provisions of this Section apply to the construction activities of a
single General Contractor.
Related Sections: The following Sections contain requirements that relate to this Section:
1.
Division 1 Section "Electronic Submittal Procedures" specifies requirements for submittal
of the Contractor's Construction Schedule and the Submittal Schedule.
2.
Division 1 Section “Temporary Facilities and Controls" specifies administrative
procedures for handling requests for substitutions made after award of the Contract.
DEFINITIONS
A.
Definitions used in this Article are not intended to change the meaning of other terms used in
the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories,"
and similar terms. Such terms are self-explanatory and have well-recognized meanings in the
construction industry.
1.
"Products" are items purchased for incorporation in the Work, whether purchased for the
Project or taken from previously purchased stock. The term "product" includes the terms
"material," "equipment," "system," and terms of similar intent.
a.
1.4
"Named Products" are items identified by the manufacturer's product name,
including make or model number or other designation, shown or listed in the
manufacturer's published product literature, that is current as of the date of the
Contract Documents.
2.
"Materials" are products substantially shaped, cut, worked, mixed, finished, refined or
otherwise fabricated, processed, or installed to form a part of the Work.
3.
"Equipment" is a product with operational parts, whether motorized or manually operated,
that requires service connections, such as wiring or piping.
QUALITY ASSURANCE
A.
Source Limitations: To the fullest extent possible, provide products of the same kind from a
single source.
PRODUCT REQUIREMENTS
01 6000 - 1 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.
B.
C.
When specified products are available only from sources that do not, or cannot, produce
a quantity adequate to complete project requirements in a timely manner, consult with the
Architect to determine the most important product qualities before proceeding. Qualities
may include attributes, such as visual appearance, strength, durability, or compatibility.
When a determination has been made, select products from sources producing products
that possess these qualities, to the fullest extent possible.
Compatibility of Options: When the Contractor is given the option of selecting between 2 or
more products for use on the Project, the product selected shall be compatible with products
previously selected, even if previously selected products were also options.
1.
The General Contractor is responsible for providing products and construction methods
that are compatible with products and construction methods of other prime or separate
contractors.
2.
If a dispute arises between prime contractors over concurrently selectable, but
incompatible products, the Architect will determine which products shall be retained and
which are incompatible and must be replaced.
Nameplates: Except for required labels and operating data, do not attach or imprint
manufacturer's or producer's nameplates or trademarks on exposed surfaces of products that
will be exposed to view in occupied spaces or on the exterior.
1.
Labels: Locate required product labels and stamps on concealed surfaces or, where
required for observation after installation, on accessible surfaces that are not
conspicuous.
2.
Equipment Nameplates: Provide a permanent nameplate on each item of serviceconnected or power-operated equipment. Locate on an easily accessible surface that is
inconspicuous in occupied spaces. The nameplate shall contain the following information
and other essential operating data:
a.
b.
c.
d.
e.
1.5
APRIL 25, 2014
Name of product and manufacturer.
Model and serial number.
Capacity.
Speed.
Ratings.
PRODUCT DELIVERY, STORAGE, AND HANDLING
A.
Deliver, store, and handle products according to the manufacturer's recommendations, using
means and methods that will prevent damage, deterioration, and loss, including theft.
1.
Schedule delivery to minimize long-term storage at the site and to prevent overcrowding
of construction spaces.
2.
Coordinate delivery with installation time to assure minimum holding time for items that
are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other
losses.
3.
Deliver products to the site in an undamaged condition in the manufacturer's original
sealed container or other packaging system, complete with labels and instructions for
handling, storing, unpacking, protecting, and installing.
4.
Inspect products upon delivery to ensure compliance with the Contract Documents and to
ensure that products are undamaged and properly protected.
PRODUCT REQUIREMENTS
01 6000 - 2 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
5.
Store products at the site in a manner that will facilitate inspection and measurement of
quantity or counting of units.
6.
Store heavy materials away from the Project structure in a manner that will not endanger
the supporting construction.
7.
Store products subject to damage by the elements above ground, under cover in a
weather tight enclosure, with ventilation adequate to prevent condensation. Maintain
temperature and humidity within range required by manufacturer's instructions.
PART 2 - PRODUCTS
2.1
PRODUCT SELECTION
A.
B.
General Product Requirements: Provide products that comply with the Contract Documents,
that are undamaged and, unless otherwise indicated, new at the time of installation.
1.
Provide products complete with accessories, trim, finish, safety guards, and other devices
and details needed for a complete installation and the intended use and effect.
2.
Standard Products: Where available, provide standard products of types that have been
produced and used successfully in similar situations on other projects.
Product Selection Procedures: The Contract Documents and governing regulations govern
product selection. Procedures governing product selection include the following:
1.
Nonproprietary Specifications: When Specifications list products or manufacturers that
are available and may be incorporated in the Work, but do not restrict the Contractor to
use of these products only, the Contractor may propose any available product that
complies with Contract requirements. Comply with Contract Document provisions
concerning "substitutions" to obtain approval for use of an unnamed product.
2.
Descriptive Specification Requirements: Where Specifications describe a product or
assembly, listing exact characteristics required, with or without use of a brand or trade
name, provide a product or assembly that provides the characteristics and otherwise
complies with Contract requirements.
3.
Performance Specification Requirements: Where Specifications require compliance with
performance requirements, provide products that comply with these requirements and
are recommended by the manufacturer for the application indicated.
4.
Manufacturer's recommendations may be contained in published product literature or by
the manufacturer's certification of performance.
5.
Compliance with Standards, Codes, and Regulations: Where Specifications only require
compliance with an imposed code, standard, or regulation, select a product that complies
with the standards, codes, or regulations specified.
6.
Visual Matching: Where Specifications require matching an established Sample, the
Architect's decision will be final on whether a proposed product matches satisfactorily.
7.
Where no product available within the specified category matches satisfactorily and
complies with other specified requirements, comply with provisions of the Contract
Documents concerning "substitutions" for selection of a matching product in another
product category.
PRODUCT REQUIREMENTS
01 6000 - 3 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
8.
Visual Selection: Where specified product requirements include the phrase "... as
selected from manufacturer's standard colors, patterns, textures ..." or a similar phrase,
select a product and manufacturer that complies with other specified requirements. The
Architect will select the color, pattern, and texture from the product line selected.
9.
Allowances: Refer to individual Specification Sections and "Allowance" provisions in
Division 1 for allowances that control product selection and for procedures required for
processing such selections, if required.
PART 3 - EXECUTION
3.1
INSTALLATION OF PRODUCTS
A.
Comply with manufacturer's instructions and recommendations for installation of products in the
applications indicated. Anchor each product securely in place, accurately located and aligned
with other Work.
1.
Clean exposed surfaces and protect as necessary to ensure freedom from damage and
deterioration at time of Substantial Completion.
END OF SECTION 01 6000
PRODUCT REQUIREMENTS
01 6000 - 4 of 4
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 7329 – CUTTING AND PATCHING
PART 1 - GENERAL
1.1
SUMMARY
A.
This Section includes administrative and procedural requirements for cutting and patching.
B.
Definition: "Cutting and patching" includes cutting into existing construction to provide for the
installation or performance of other work and subsequent fitting and patching required to restore
surfaces to their original condition, and does not apply to new construction procedures, except
when new construction is already completed and must be cut and patched due to incorrect
sequencing of work and/or improper coordination.
C.
Single Prime Contracts: Provisions of this Section apply to the construction activities of the
General Contractor.
D.
Related Sections: The following Sections contain requirements that relate to this Section:
1.
Division 1 Section "Execution and Product Requirements" for procedures for coordinating
cutting and patching with other construction activities.
2.
Refer to other Sections for specific requirements and limitations applicable to cutting and
patching individual parts of the Work.
a.
1.2
Requirements of this Section apply to mechanical and electrical installations.
Refer to Division 15 and 16 Sections for other requirements and limitations
applicable to cutting and patching mechanical and electrical installations.
RESPONSIBILITIES
A.
General: The General Contractor is responsible to perform cutting and patching all Work.
Patching work shall restore surfaces to original condition including paint, tile, gypsum wallboard
ceilings and walls, etc..
B.
Cutting and patching of completed new construction required due to out of sequence
construction and/or improper coordination is the responsibility of the General Contractor.
Cutting and patching of new construction for these purposes shall be accomplished by the
General Contractor and shall be paid for by the General Contractor. The Architect shall be the
sole judge of the responsibility for such cutting and patching, and shall prepare change orders
to delete and credit those monies from the General Work Contract.
1.3
SUBMITTALS:
A.
Cutting and Patching Proposal: Submit a plan describing procedures well in advance of the
time cutting and patching will be performed if the Owner requires approval of these procedures
before proceeding. Request approval to proceed. Include the following information, as
applicable, in the proposal:
1.
Describe the extent of cutting and patching required. Show how it will be performed and
indicate why it cannot be avoided.
CUTTING AND PATCHING
01 7329 - 1 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.4
APRIL 25, 2014
2.
Describe anticipated results in terms of changes to existing construction. Include
changes to structural elements and operating components as well as changes in the
building's appearance and other significant visual elements.
3.
List products to be used and firms or entities that will perform Work.
4.
Indicate dates when cutting and patching will be performed.
5.
Utilities: List utilities that cutting and patching procedures will disturb or affect. List
utilities that will be relocated and those that will be temporarily out-of-service. Indicate
how long service will be disrupted.
6.
Where cutting and patching involves adding reinforcement to structural elements, submit
details and engineering calculations showing integration of reinforcement with the original
structure.
7.
Approval by the Architect to proceed with cutting and patching does not waive the
Architect's right to later require complete removal and replacement of unsatisfactory
work.
QUALITY ASSURANCE:
A.
Requirements for Structural Work: Do not cut and patch structural elements in a manner that
would change their load-carrying capacity or load-deflection ratio.
1.
Obtain approval of the cutting and patching proposal before cutting and patching the
following structural elements:
a.
b.
c.
d.
e.
f.
g.
h.
i.
B.
Structural concrete.
Structural steel.
Lintels.
Timber and primary wood framing.
Structural decking.
Miscellaneous structural metals.
Exterior curtain-wall construction.
Equipment supports.
Piping, ductwork, vessels, and equipment.
Operational Limitations: Do not cut and patch operating elements or related components in a
manner that would result in reducing their capacity to perform as intended. Do not cut and
patch operating elements or related components in a manner that would result in increased
maintenance or decreased operational life or safety.
1.
Obtain approval of the cutting and patching proposal before cutting and patching the
following operating elements or safety related systems:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
Primary operational systems and equipment.
Air or smoke barriers.
Water, moisture, or vapor barriers.
Membranes and flashings.
Fire protection systems.
Noise and vibration control elements and systems.
Control systems.
Communication systems.
Conveying systems.
Electrical wiring systems.
Operating systems of special construction.
CUTTING AND PATCHING
01 7329 - 2 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
C.
Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied
spaces in a manner that would, in the Architect's opinion, reduce the building's aesthetic
qualities. Do not cut and patch construction in a manner that would result in visual evidence of
cutting and patching. Remove and replace construction cut and patched in a visually
unsatisfactory manner.
1.
If possible retain the original Installer or fabricator to cut and patch the exposed Work
listed below. If it is impossible to engage the original Installer or fabricator, engage
another recognized experienced and specialized firm.
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
1.5
APRIL 25, 2014
Processed concrete finishes.
Ornamental metal.
Matched-veneer woodwork.
Preformed metal panels.
Firestopping.
Window wall system.
Stucco and ornamental plaster.
Acoustical ceilings.
Aggregate wall coating.
Wall covering.
HVAC enclosures, cabinets, or covers
WARRANTY:
A.
Existing Warranties: Replace, patch, and repair material and surfaces cut or damaged by
methods and with materials in such a manner as not to void any warranties required or existing.
PART 2 - PRODUCTS
2.1
MATERIALS, GENERAL:
A.
Use materials identical to existing materials. For exposed surfaces, use materials that visually
match existing adjacent surfaces to the fullest extent possible if identical materials are
unavailable or cannot be used. Use materials whose installed performance will equal or
surpass that of existing materials.
PART 3 - EXECUTION
3.1
INSPECTION:
A.
Examine surfaces to be cut and patched and conditions under which cutting and patching is to
be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take
corrective action before proceeding.
1.
3.2
Before proceeding, meet at the Project Site with parties involved in cutting and patching,
including mechanical and electrical trades. Review areas of potential interference and
conflict. Coordinate procedures and resolve potential conflicts before proceeding.
PREPARATION:
CUTTING AND PATCHING
01 7329 - 3 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
A.
Temporary Support: Provide temporary support of work to be cut, including shoring, lumber,
plywood, etc.
B.
Protection: Protect existing construction during cutting and patching to prevent damage.
Provide protection from adverse weather conditions for portions of the Project that might be
exposed during cutting and patching operations.
C.
Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.
D.
Avoid cutting existing pipe, conduit, or ductwork serving the building but scheduled to be
removed or relocated until provisions have been made to bypass them.
3.3
PERFORMANCE:
A.
General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and
patching at the earliest feasible time and complete without delay.
1.
B.
C.
Cut existing construction to provide for installation of other components or performance of
other construction activities and the subsequent fitting and patching required to restore
surfaces to their original condition.
Cutting: Cut existing construction using methods least likely to damage elements retained or
adjoining construction. Where possible, review proposed procedures with the original Installer;
comply with the original Installer's recommendations.
1.
In general, where cutting, use hand or small power tools designed for sawing or grinding,
not hammering and chopping. Cut holes and slots as small as possible, neatly to size
required, and with minimum disturbance of adjacent surfaces. Temporarily cover
openings when not in use.
2.
To avoid marring existing finished surfaces, cut or drill from the exposed or finished side
into concealed surfaces.
3.
Cut through concrete and masonry using a cutting machine, such as a Carborundum saw
or a diamond-core drill.
4.
Comply with requirements of applicable Division 2 Sections where cutting and patching
requires excavating and backfilling.
5.
Where services are required to be removed, relocated, or abandoned, by-pass utility
services, such as pipe or conduit, before cutting. Cut-off pipe or conduit in walls or
partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or
conduit to prevent entrance of moisture or other foreign matter after by-passing and
cutting.
Patching: Patch with durable seams that are as invisible as possible. Comply with specified
tolerances.
1.
Where feasible, inspect and test patched areas to demonstrate integrity of the
installation.
2.
Restore exposed finishes of patched areas and extend finish restoration into retained
adjoining construction in a manner that will eliminate evidence of patching and
refinishing.
3.
Where removing walls or partitions extends one finished area into another, patch and
repair floor and wall surfaces in the new space. Provide an even surface of uniform color
and appearance. Remove existing floor and wall coverings and replace with new
materials, if necessary, to achieve uniform color and appearance.
CUTTING AND PATCHING
01 7329 - 4 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
a.
4.
3.4
APRIL 25, 2014
Where patching occurs in a smooth painted surface, extend final paint coat over
entire unbroken surface containing the patch after the area has received primer
and second coat.
Patch, repair, or re-hang existing ceilings as necessary to provide an even-plane surface
of uniform appearance.
CLEANING:
A.
Clean areas and spaces where cutting and patching are performed. Completely remove paint,
mortar, oils, putty, and similar items. Thoroughly clean piping, conduit, and similar features
before applying paint or other finishing materials. Restore damaged pipe covering to its original
condition.
END OF SECTION 01 7329
CUTTING AND PATCHING
01 7329 - 5 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 7400 – WARRANTIES
PART 1 - GENERAL
1.1
SUMMARY
A.
This Section includes administrative and procedural requirements for warranties required by the
Contract Documents, including manufacturer’s standard warranties on products and special
warranties.
1.
B.
Refer to the General Conditions for terms of the Contractor's period for correction of the
Work.
Related Sections: The following Sections contain requirements that relate to this Section:
1.
Division 1 Section "Submittals" specifies procedures for submitting warranties.
2.
Division 1 Section "Execution and closeout requirements” specifies contract closeout
procedures.
3.
Divisions 2 through 16 Sections for specific requirements for warranties on products and
installations specified to be warranted.
4.
Certifications and other commitments and agreements for continuing services to Owner
are specified elsewhere in the Contract Documents.
C.
Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties
do not relieve the Contractor of the warranty on the Work that incorporates the products.
Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers,
manufacturers, and subcontractors required to countersign special warranties with the
Contractor.
D.
Single Prime Contract: General Contractor is responsible for warranties related to its contract.
1.2
DEFINITIONS
A.
Standard product warranties are preprinted written warranties published by individual
manufacturers for particular products and are specifically endorsed by the manufacturer to the
Owner.
B.
Special warranties are written warranties required by or incorporated in the Contract
Documents, either to extend time limits provided by standard warranties or to provide greater
rights for the Owner.
1.3
WARRANTY REQUIREMENTS
A.
Related Damages and Losses: When correcting failed or damaged warranted construction,
remove and replace construction that has been damaged as a result of such failure or must be
removed and replaced to provide access for correction of warranted construction.
WARRANTIES
01 7400 - 1 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
B.
Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected
by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated
warranty shall be equal to the original warranty with an equitable adjustment for depreciation.
C.
Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or
rebuild the Work to an acceptable condition complying with requirements of the Contract
Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work
regardless of whether the Owner has benefited from use of the Work through a portion of its
anticipated useful service life.
D.
Owner's Recourse: Expressed warranties made to the Owner are in addition to implied
warranties and shall not limit the duties, obligations, rights, and remedies otherwise available
under the law. Expressed warranty periods shall not be interpreted as limitations on the time in
which the Owner can enforce such other duties, obligations, rights, or remedies.
1.
E.
1.4
Rejection of Warranties: The Owner reserves the right to reject warranties and to limit
selection to products with warranties not in conflict with requirements of the Contract
Documents.
Where the Contract Documents require a special warranty, or similar commitment on the Work
or part of the Work, the Owner reserves the right to refuse to accept the Work, until the
Contractor presents evidence that entities required to countersign such commitments are willing
to do so.
SUBMITTALS
A.
Submit written warranties to the Architect prior to the date certified for Substantial Completion.
If the Architect's Certificate of Substantial Completion designates a commencement date for
warranties other than the date of Substantial Completion for the Work, or a designated portion
of the Work, submit written warranties upon request of the Architect.
1.
B.
When a designated portion of the Work is completed and occupied or used by the Owner,
by separate agreement with the Contractor during the construction period, submit
properly executed warranties to the Architect within 15 days of completion of that
designated portion of the Work.
When the Contract Documents require the Contractor, or the Contractor and a subcontractor,
supplier or manufacturer to execute a special warranty, prepare a written document that
contains appropriate terms and identification, ready for execution by the required parties.
Submit a draft to the Owner, through the Architect, for approval prior to final execution.
1.
Refer to Divisions 2 through 16 Sections for specific content requirements and particular
requirements for submitting special warranties.
C.
Form of Submittal: At Final Completion compile 2 copies of each required warranty properly
executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer.
Organize the warranty documents into an orderly sequence based on the table of contents of
the Project Manual.
D.
Bind warranties and bonds in heavy-duty, commercial-quality, durable 3-ring, vinyl-covered
loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 81/2-by-11-inch(115-by-280-mm) paper.
WARRANTIES
01 7400 - 2 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
1.
Provide heavy paper dividers with celluloid covered tabs for each separate warranty.
Mark the tab to identify the product or installation. Provide a typed description of the
product or installation, including the name of the product, and the name, address, and
telephone number of the Installer.
2.
Identify each binder on the front and spine with the typed or printed title "WARRANTIES,"
Project title or name, and name of the Contractor.
3.
When warranted construction requires operation and maintenance manuals, provide
additional copies of each required warranty, as necessary, for inclusion in each required
manual.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01 7400
WARRANTIES
01 7400 - 3 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 7423 – CLEANING UP
PART 1 - GENERAL
1.1
DESCRIPTION OF WORK:
A.
B.
1.2
The work of this section relates to the following:
1.
Maintain premises and public properties and roadways free from accumulations of waste,
debris, dirt, mud and rubbish caused by operations.
2.
At completion of work, remove waste materials, rubbish tools, equipment, machinery and
surplus materials, and clean all sight exposed surfaces; leave project clean and ready for
occupancy.
3.
Remove all overspray caused by construction operations from adjacent construction,
surfaces and vehicles.
Related Requirements Specified Elsewhere
1.
Summary of Work: Section 011000
2.
Cutting and Patching: Section 017329
3.
Cleaning for Specific Products or Work: the respective sections of the specifications:
SAFETY REQUIREMENTS:
A.
Standards: Maintain project in accord with safety and insurance standards.
B.
Hazard Control
C.
1.
Store volatile waste in covered metal containers and remove from premises daily.
2.
Prevent accumulations of waste which create hazardous conditions.
3.
Provide adequate ventilation during use of volatile or noxious substances.
Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution
laws.
1.
Do not burn or bury rubbish and waste materials on project site.
2.
Do not dispose of volatile waste such as mineral spirits, oil, or paint thinner in storm or
sanitary drains.
3.
Do not dispose of waste into streams or waterways.
CLEANING UP
01 7423 - 1 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
PART 2 - PRODUCTS
2.1
MATERIALS:
A.
Use only cleaning materials recommended by manufacturer of surface to be cleaned.
PART 3 - EXECUTION
3.1
DURING CONSTRUCTION CONTRACTOR SHALL:
A.
Execute daily cleaning to ensure that building, grounds, and public properties and roadways are
maintained free from accumulations of waste materials, rubbish, dirt and mud.
B.
Wet down dry materials and rubbish to lay dust and prevent blowing dust. Erect dustproof
barriers to keep dust from drifting through the building.
C.
Each day, General Contractor shall affect the following:
1.
Areas of intense activity, such as cutting and sawing must be swept clean and
reorganized at the end of each day.
2.
Areas of moderate activity such as installation of plumbing, ductwork, electrical work
must be returned to good order at the end of each day.
3.
Debris below scaffolds (and shoring/re-shoring) must at all time, be kept sufficiently
consolidated to keep walkways free of tripping hazards. These work areas must also be
swept clean immediately upon removal of scaffolds.
4.
All swept up debris, waste materials, and packing must be removed and placed in the
dumpster by noon of the following workday.
5.
All sorted material must be kept in good order.
6.
As portions of the work are completed, all used and excess materials must be removed
promptly.
7.
Daily Clean-up and good housekeeping is the responsibility of each contractor
individually and will be monitored by the Construction Manager.
8.
Contractor shall promptly comply with requests to organize scatted materials.
D.
General Contractor is responsible for furnishing all dumpsters or other such containers as
required for collection, storage and legal disposal of all debris and rubbish resultant from the
construction operation. The Construction Manager shall locate, maintain and move such
containers as necessary and legally dispose of waste as containers are filled. Separate and
recycle as required authorities and regulations.
E.
Vacuum clean interior building areas when ready to receive finish painting, and continue
vacuum cleaning on an as needed basis until building is ready for Substantial Completion or
occupancy.
F.
Handle materials in a controlled manner with as few handlings as possible; do not drop or throw
materials from heights.
G.
Schedule cleaning operations so that dust and other containment resulting from cleaning
process will not fall on wet, newly painted surfaces.
CLEANING UP
01 7423 - 2 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.2
APRIL 25, 2014
FINAL CLEANING
A.
B.
3.3
General Contractor Shall:
1.
Employ experienced workmen, or professional cleaners, for final cleaning.
2.
In preparation for final completion or occupancy, conduct final inspection of sight exposed
interior and exterior surfaces, and of concealed spaces.
3.
Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials form
sight-exposed interior and exterior finished surfaces; polish surface so designated to
shine finish.
4.
Maintain cleaning until project, or portion thereof, is occupied by owner.
5.
Repair, patch and touch up marred surfaces to specified finish, to match adjacent
surfaces.
General Contractor shall complete the following cleaning operations before requesting
inspection for certification of Substantial Completion for entire Project or portion of Project:
1.
Dust / clean all finished surfaces including casework, window sills, specialties, etc.
2.
Replace disposable filters on HVAC units. Clean permanent air filters.
3.
Clean ducts, blowers and coils if dusty/ soiled during construction process
4.
Final clean surfaces of all HVAC equipment including dust, paint, taping compound,
mortar droppings, etc. (Unit ventilators, unit heaters, convectors, fintube, diffusers/ grills,
etc).
5.
Clean light fixtures, lamps, globes & reflectors. Replace burned out bulbs, noisy starters,
etc.
6.
Clean surfaces of all electrical equipment and appliances.
RUBBISH REMOVAL
A.
General Contractor shall comply with all Local, State and Federal Laws, Codes and
Requirements regarding recycling and trash or rubbish removal.
END OF SECTION 01 7423
CLEANING UP
01 7423 - 3 of 3
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 7700 – EXECUTION AND CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes administrative and procedural requirements for contract closeout
including, but not limited to, the following:
1.
Inspection procedures.
2.
Project record document submittal.
3.
Operation and maintenance manual submittal.
4.
Submittal of warranties.
5.
Final cleaning.
B.
Closeout requirements for specific construction activities are included in the appropriate
Sections.
C.
Single Prime Contracts: Provisions of this Section apply to the construction activities of a single
General Contractor.
PART 2 - PRODUCTS
2.1
MATERIALS
A.
General: Comply with requirements specified in other Sections.
B.
In-Place Materials: Use materials for patching identical to in-place materials. For exposed
surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent
possible.
1.
If identical materials are unavailable or cannot be used, use materials that, when
installed, will provide a match acceptable to Architect for the visual and functional
performance of in-place materials.
PART 3 - EXECUTION
3.1
CLOSEOUT PROCEDURES
A.
Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires
regular maintenance to meet with the Owner's personnel to provide instruction in proper
operation and maintenance. Provide instruction by manufacturer's representatives if installers
EXECUTION AND CLOSEOUT REQUIREMENTS
01 7700 - 1 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
are not experienced in operation and maintenance procedures. Include a detailed review of the
following items:
B.
C.
3.2
1.
Maintenance manuals.
2.
Record documents.
3.
Spare parts and materials.
4.
Tools.
5.
Lubricants.
6.
Fuels.
7.
Identification systems.
8.
Control sequences.
9.
Hazards.
10.
Cleaning.
11.
Warranties and bonds.
12.
Maintenance agreements and similar continuing commitments.
As part of instruction for operating equipment, demonstrate the following procedures:
1.
Startup.
2.
Shutdown.
3.
Emergency operations.
4.
Noise and vibration adjustments.
5.
Safety procedures.
6.
Economy and efficiency adjustments.
7.
Effective energy utilization.
Record "As-Built" Drawings
1.
Upon completion of the work, and review of the record drawings by the Architect, prepare
a final set of record drawings using reproducible mylar or vellum. Submit final set of
transparencies to Contractor and Architect.
2.
The cost of furnishing above prints and preparing these record drawings shall be included
in the contract price.
FINAL CLEANING
A.
General: The General Conditions require general cleaning during construction. Regular site
cleaning is included in Division 1 Section "Facilities and Temporary Controls."
B.
Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each
surface or unit to the condition expected in a normal, commercial building cleaning and
maintenance program. Comply with manufacturer's instructions.
1.
Complete the following cleaning operations before requesting inspection for certification
of Substantial Completion.
EXECUTION AND CLOSEOUT REQUIREMENTS
01 7700 - 2 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
a.
Remove labels that are not permanent labels.
b.
Clean transparent materials, including mirrors and glass in doors and windows.
Remove glazing compounds and other substances that are noticeable visionobscuring materials. Replace chipped or broken glass and other damaged
transparent materials.
c.
Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition,
free of stains, films, and similar foreign substances. Restore reflective surfaces to
their original condition. Leave concrete floors broom clean. Vacuum carpeted
surfaces.
d.
Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication
and other substances. Clean plumbing fixtures to a sanitary condition. Clean light
fixtures and lamps.
e.
Clean the site, including landscape development areas, of rubbish, litter, and other
foreign substances. Sweep paved areas broom clean; remove stains, spills, and
other foreign deposits. Rake grounds that are neither paved nor planted to a
smooth, even-textured surface.
C.
Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid
the Project of rodents, insects, and other pests.
D.
Removal of Protection: Remove temporary protection and facilities installed for protection of the
Work during construction.
E.
Compliance: Comply with regulations of authorities having jurisdiction and safety standards for
cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's
property. Do not discharge volatile, harmful, or dangerous materials into drainage systems.
Remove waste materials from the site and dispose of lawfully.
1.
3.3
Where extra materials of value remain after completion of associated Work, they become
the Owner's property. Dispose of these materials as directed by the Owner.
DEMONSTRATION AND TRAINING
A.
Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain
systems, subsystems, and equipment not part of a system. Include a detailed review of the
following:
1.
3.4
Include instruction for basis of system design and operational requirements, review of
documentation, emergency procedures, operations, adjustments, troubleshooting,
maintenance, and repairs.
SUBSTANTIAL COMPLETION
A.
Preliminary Procedures:
Before requesting inspection for certification of Substantial
Completion, complete the following. List exceptions in the request.
1.
In the Application for Payment that coincides with, or first follows, the date Substantial
Completion is claimed, show 100 percent completion for the portion of the Work claimed
as substantially complete.
EXECUTION AND CLOSEOUT REQUIREMENTS
01 7700 - 3 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
3.5
APRIL 25, 2014
a.
Include supporting documentation for completion as indicated in these Contract
Documents and a statement showing an accounting of changes to the Contract
Sum.
b.
If 100 percent completion cannot be shown, include a list of incomplete items, the
value of incomplete construction, and reasons the Work is not complete.
c.
Advise the Owner of pending insurance changeover requirements.
d.
Submit specific warranties, workmanship bonds, maintenance agreements, final
certifications, and similar documents.
e.
Obtain and submit releases enabling the Owner unrestricted use of the Work and
access to services and utilities. Include occupancy permits, operating certificates,
and similar releases.
f.
Submit record drawings, maintenance manuals, final project photographs, damage
or settlement surveys, property surveys, and similar final record information.
g.
Deliver tools, spare parts, extra stock, and similar items.
h.
Make final changeover of permanent locks and transmit keys to the Owner.
Advise the Owner's personnel of changeover in security provisions.
i.
Complete startup testing of systems and instruction of the Owner's operation and
maintenance personnel. Discontinue and remove temporary facilities from the site,
along with mockups, construction tools, and similar elements.
j.
Complete final cleanup requirements, including touchup painting.
k.
Touch up and otherwise repair and restore marred, exposed finishes.
Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed
with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the
Certificate of Substantial Completion following inspection or advise the Contractor of
construction that must be completed or corrected before the certificate will be issued.
1.
The Architect will repeat inspection when requested and assured that the Work is
substantially complete.
2.
Results of the completed inspection will form the basis of requirements for final
acceptance
FINAL ACCEPTANCE
A.
Preliminary Procedures: Before requesting final inspection for certification of final acceptance
and final payment, complete the following. List exceptions in the request.
1.
Submit the final payment request with releases and supporting documentation not
previously submitted and accepted. Include insurance certificates for products and
completed operations where required.
2.
Submit an updated final statement, accounting for final additional changes to the Contract
Sum.
3.
Submit a certified copy of the Architect's final inspection list of items to be completed or
corrected, endorsed and dated by the Architect. The certified copy of the list shall state
that each item has been completed or otherwise resolved for acceptance and shall be
endorsed and dated by the Architect.
EXECUTION AND CLOSEOUT REQUIREMENTS
01 7700 - 4 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
3.6
APRIL 25, 2014
4.
Submit final meter readings for utilities, a measured record of stored fuel, and similar data
as of the date of Substantial Completion or when the Owner took possession of and
assumed responsibility for corresponding elements of the Work.
5.
Submit consent of surety to final payment.
6.
Submit a final liquidated damages settlement statement.
7.
Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
Re-inspection Procedure: The Architect will re-inspect the Work upon receipt of notice that the
Work, including inspection list items from earlier inspections, has been completed, except for
items whose completion is delayed under circumstances acceptable to the Architect.
1.
Upon completion of re-inspection, the Architect will prepare a certificate of final
acceptance. If the Work is incomplete, the Architect will advise the Contractor of Work
that is incomplete or of obligations that have not been fulfilled but are required for final
acceptance.
2.
If necessary, re-inspection will be repeated, but may be chargeable to the Owner and
back-chargeable to the Contractor in conditions within his control.
RECORD DOCUMENT SUBMITTALS
A.
General: Do not use record documents for construction purposes. Protect record documents
from deterioration and loss in a secure, fire-resistant location. Provide access to record
documents for the Architect's reference during normal working hours.
B.
Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of
Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the
installation varies substantially from the Work as originally shown. Mark which drawing is most
capable of showing conditions fully and accurately. Where Shop Drawings are used, record a
cross-reference at the corresponding location on the Contract Drawings. Give particular
attention to concealed elements that would be difficult to measure and record at a later date.
C.
1.
Mark record sets with red erasable pencil. Use other colors to distinguish between
variations in separate categories of the Work.
2.
Mark new information that is important to the Owner but was not shown on Contract
Drawings or Shop Drawings.
3.
Note related change-order numbers where applicable.
4.
Organize record drawing sheets into manageable sets. Bind sets with durable-paper
cover sheets; print suitable titles, dates, and other identification on the cover of each set.
Record Specifications: Maintain one complete copy of the Project Manual, including addenda.
Include with the Project Manual one copy of other written construction documents, such as
Change Orders and modifications issued in printed form during construction.
1.
Mark these documents to show substantial variations in actual Work performed in
comparison with the text of the Specifications and modifications.
2.
Give particular attention to substitutions and selection of options and information on
concealed construction that cannot otherwise be readily discerned later by direct
observation.
3.
Note related record drawing information and Product Data.
EXECUTION AND CLOSEOUT REQUIREMENTS
01 7700 - 5 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
4.
D.
APRIL 25, 2014
Upon completion of the Work, submit record Specifications to the Architect for the
Owner's records.
Record Product Data: Maintain one copy of each Product Data submittal. Note related Change
Orders and markup of record drawings and Specifications.
1.
Mark these documents to show significant variations in actual Work performed in
comparison with information submitted. Include variations in products delivered to the
site and from the manufacturer's installation instructions and recommendations.
2.
Give particular attention to concealed products and portions of the Work that cannot
otherwise be readily discerned later by direct observation.
3.
Upon completion of markup, submit complete set of record Product Data to the Architect
for the Owner's records.
E.
Record Sample Submitted: Immediately prior to Substantial Completion, the Contractor shall
meet with the Architect and the Owner's personnel at the Project Site to determine which
Samples are to be transmitted to the Owner for record purposes. Comply with the Owner's
instructions regarding delivery to the Owner's Sample storage area.
F.
Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of
miscellaneous record keeping and submittals in connection with actual performance of the
Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous
records and place in good order. Identify miscellaneous records properly and bind or file, ready
for continued use and reference. Submit to the Architect for the Owner's records.
G.
Maintenance Manuals: Organize operation and maintenance data into suitable sets of
manageable size. Bind properly indexed data in individual, heavy-duty, 2-3 inch, 3-ring, vinylcovered binders, with pocket folders for folded sheet information.
Mark appropriate
identification on front and spine of each binder. Include the following types of information:
H.
3.7
1.
Emergency instructions.
2.
Spare parts list.
3.
Copies of warranties.
4.
Wiring diagrams.
5.
Recommended “turn-around” cycles.
6.
Inspection procedures.
7.
Shop Drawings and Product Data.
8.
Fixture lamping schedule.
Waivers, guarantees, certification letters, AIA documents, etc.: See checklist attachment at the
end of this section.
CLOSEOUT CHECKLIST
A.
See attached checklist for required wage & supplements, lien release, guarantee / warranties,
etc.
END OF SECTION 01 7700
EXECUTION AND CLOSEOUT REQUIREMENTS
01 7700 - 6 of 6
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 7701 –CHECKLIST FOR PROJECT CLOSEOUT AND PROCESSING OF FINAL
PAYMENT
PART 1 - GENERAL
1.1
Final payment will not be processed until all items indicated are received in accordance with
Section 017700 - EXECUTION AND CLOSEOUT REQUIREMENTS.
1.2
CLOSEOUT SUBMITTALS:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
1.3
[ ] Wage & Supplements Verification Form.
[ ] Three (3) bound, hard cover, 3-ring binder brochures of Operation and Maintenance.
Manuals for all equipment installed on the project:
[ ] Typed or printed instructions covering the care and operations of equipment and
systems furnished and installed.
[ ] Manufacturers instruction books, diagrams, spare parts lists covering all equipment.
[ ] Instruction of Owner’s Representative in care and maintenance of new equipment.
[ ] All approved shop drawings.
[ ] Certificates of compliance and inspection.
[ ] Spare parts and Maintenance Materials.
[ ] Evidence of compliance with requirements of governing authorities (Certificates of
Inspection).
[ ] Certificates of insurance for products and completed operations.
[ ] Notarized statement that only non-asbestos materials were installed on this project.
[ ] Fully executed certificate of substantial completion: AIA G704.
[ ] Contractor’s written one-year warranty and extended warranties (if any required).
[ ] Project Record Documents: Section 01 7839.
[ ] As-Built Drawings.
EVIDENCE OF PAYMENT AND RELEASE OF LIENS:
1.
2.
3.
4.
5.
[ ] Contractor’s Affidavit of Payment of Debts and Claims: AIA G706.
[ ] Contractor’s Affidavit of Release of Liens - AIA G706A with:
[ ] Separate written releases of waivers and liens for subcontractors, suppliers, and
others with lien rights against the property of owner, together with a list of those parties.
[ ] Contractor’s written release or waiver of lien upon payment to the Contractor
pursuant to the State of Connecticut lien law.
[ ] Consent of Surety to Final Payment: AIA G707.
END OF SECTION 01 7701
CHECKLIST FOR PROJECT CLOSEOUT AND PROCESSING OF FINAL PAYMENT
01 7701 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 7823 – OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1
SUMMARY
A.
1.2
Operation and Maintenance Manuals.
PRODUCTS
A.
Format:
1.
PDF electronic files with composite electronic index on digital media acceptable to
Architect. Include a complete electronically linked operation and maintenance directory.
2.
Heavy-duty, three-ring, vinyl-covered, loose-leaf binders, 3 COMPLETE set(s) of copies.
B.
Emergency Manuals:
procedures.
Types of emergencies, emergency instructions, and emergency
C.
Operation Manuals: System, subsystem, and equipment descriptions, operating procedures,
wiring diagrams, control diagrams and sequence of operation, and piped system diagrams.
D.
Product Maintenance Manuals:
Source information, product information, maintenance
procedures, repair materials and sources, and warranties and bonds.
E.
Systems and Equipment Maintenance Manuals:
Source information, manufacturers'
maintenance documentation, maintenance procedures, maintenance and service schedules,
spare parts list and source information, maintenance service contracts, and warranties and
bonds.
END OF SECTION 01 7823
OPERATION AND MAINTENANCE DATA
01 7823 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 01 7839 – PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1
PRODUCTS
A.
Record Drawings:
1.
PDF electronic files of scanned record prints and three set(s) of prints.
B.
Record Specifications: One paper copy and Annotated PDF electronic files.
C.
Record Product Data: One paper copy and Annotated PDF electronic files and directories.
D.
Miscellaneous Record Submittals: One paper copy and Annotated PDF electronic files and
directories.
1.2
PRODUCTS
A.
Record Prints: One set of paper copies of Contract Documents and Shop Drawings, marked to
show actual installation.
B.
Record Digital Data Files: Corrected digital data files of the Contract Drawings, as follows:
1.
2.
Format: Same as the original Contract Drawings.
Format: Annotated PDF electronic file.
END OF SECTION 01 7839
PROJECT RECORD DOCUMENTS
01 7839 - 1 of 1
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 02 4119 – SELECTIVE STRUCTURE DEMOLITION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes the following:
1.
2.
B.
C.
1.3
Demolition and removal of selected portions of a building.
Patching and repairs.
Related Sections: The following Sections contain requirements that relate to this Section:
1.
Division 1 Section "Summary of Work" for use of the building and phasing requirements.
2.
Division 1 Section "Cutting and Patching" for additional cutting and patching procedures
for selective demolition operations.
3.
Division 1 Section "Temporary Facilities and Controls" for temporary utilities, temporary
construction and support facilities, temporary security and protection facilities, and
environmental protection measures for selective demolition operations.
4.
Division 1 Section "Execution and Closeout Requirements" for record document
requirements.
5.
Division 6 Section "Rough Carpentry" for material and construction requirements for
temporary enclosures.
Contractor is responsible for all selective demolition of work specifically affecting their work.
DEFINITIONS
A.
Remove: Remove and legally dispose of items except those indicated to be reinstalled,
salvaged, or to remain the Owner's property.
B.
Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's
property. Remove, clean, and pack or crate items to protect against damage. Identify contents
of containers and deliver to Owner's designated storage area. Equipment to be salvaged for
reinstallation shall be inspected by the Owner’s representative prior to removal and conditions
of said items will be recorded by the owner’s representative.
C.
Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for
reuse; store and protect against damage. Reinstall items in the same locations or in locations
indicated.
D.
Existing to Remain: Protect construction indicated to remain against damage and soiling during
selective demolition. When permitted by the Architect, items may be removed to a suitable,
SELECTIVE STRUCTURE DEMOLITION
02 4119 - 1 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
protected storage location during selective demolition and then cleaned and reinstalled in their
original locations.
1.4
MATERIALS OWNERSHIP
A.
1.5
Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise
indicated to remain the Owner's property, demolished materials shall become the Contractor's
property and shall be removed from the site with further disposition at the Contractor's option.
SUBMITTALS
A.
General: Submit each item in this Article according to the Conditions of the Contract and
Division 1 Specification Sections, for information only, unless otherwise indicated.
B.
Schedule of selective demolition activities indicating the following:
1.
Detailed sequence of selective demolition and removal work, with starting and ending
dates for each activity.
2.
Interruption of utility services.
3.
Coordination for shutoff, capping, and continuation of utility services.
4.
Use of elevator and stairs.
5.
Detailed sequence of selective demolition and removal work to ensure uninterrupted
progress of Owner's on-site operations.
6.
Coordination of Owner's continuing occupancy of portions of existing building and of
Owner's partial occupancy of completed Work.
7.
Locations of temporary partitions and means of egress.
8.
Coordination with demolition procedures or work of other contractors
C.
Inventory of items to be removed and salvaged.
D.
Inventory of items to be removed by Owner.
E.
Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction
and site improvements that might be misconstrued as damage caused by selective demolition
operations. Contractor assumes complete liability for all undocumented conditions.
F.
Record drawings at Project closeout according to Division 1 Section "Contract Closeout." Final
payment will not be approved until all closeout documentation is properly prepared and
submitted to the Owner and Architect.
1.
Identify and accurately locate capped utilities and other subsurface structural, electrical,
or mechanical conditions.
G.
Landfill records indicating receipt and acceptance of hazardous wastes by a landfill facility
licensed to accept hazardous wastes.
H.
Drawings and calculations showing temporary needle beams and shoring. Calculations and
drawings shall be prepared and sealed by a Professional Engineer registered in the State of
Connecticut. Each contractor is responsible for their work.
SELECTIVE STRUCTURE DEMOLITION
02 4119 - 2 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
1.6
APRIL 25, 2014
QUALITY ASSURANCE
A.
Demolition Firm Qualifications: Engage an experienced firm that has successfully completed
selective demolition Work similar to that indicated for this Project.
B.
Regulatory Requirements: Comply with governing EPA notification regulations before starting
selective demolition. Comply with hauling and disposal regulations of authorities having
jurisdiction.
C.
Pre-demolition Conference: Conduct conference at Project site to comply with pre-installation
conference requirements of Division 1 Section "Project Meetings."
1.7
PROJECT CONDITIONS
A.
Owner will occupy portions of the building immediately adjacent to selective demolition area.
Conduct selective demolition so that Owner's operations will not be disrupted. Provide not less
than 72 hours' notice to Owner of activities that will affect Owner's operations.
B.
Owner assumes no responsibility for actual condition of buildings to be selectively demolished.
1.
C.
Conditions existing at time of inspection for bidding purpose will be maintained by Owner
as far as practical.
Asbestos: Asbestos may be present in the building to be selectively demolished. A report on
the presence of asbestos is on file for review and use. Examine the report to become aware of
locations where asbestos is present.
1.
If present, Asbestos abatement is specified elsewhere in the Contract Documents.
2.
Do not disturb asbestos or any material suspected of containing asbestos except under
the procedures specified elsewhere in the Contract Documents.
D.
Storage or sale of removed items or materials on-site will not be permitted.
E.
All work must be done in accordance with all Safety Regulations governing this project. This
work must conform to the safety regulations issued by State Education Department titled 155.5,
see Division 0, “Education Department Rescue Regulations (excerpt of Contractors'
Responsibilities)”.
1.8
SCHEDULING AND COORDINATION
A.
Arrange selective demolition schedule so as not to interfere with Owner's on-site operations.
B.
Coordinate selective demolition schedule with work of other contracts.
1.9
WARRANTY
A.
Existing Special Warranty: Remove, replace, patch, and repair materials and surfaces cut or
damaged during selective demolition, by methods and with materials so as not to void existing
warranties.
SELECTIVE STRUCTURE DEMOLITION
02 4119 - 3 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
PART 2 - PRODUCTS
2.1
REPAIR MATERIALS
A.
Use repair materials identical to existing materials.
1.
Where identical materials are unavailable or cannot be used for exposed surfaces, use
materials that visually match existing adjacent surfaces to the fullest extent possible.
2.
Use materials whose installed performance equals or surpasses that of existing
materials.
PART 3 - EXECUTION
3.1
EXAMINATION
A.
Verify that utilities have been disconnected and capped.
B.
Survey existing conditions and correlate with requirements indicated to determine extent of
selective demolition required.
C.
Inventory and record the condition of items to be removed and reinstalled and items to be
removed and salvaged.
D.
When unanticipated mechanical, electrical, or structural elements that conflict with the intended
function or design are encountered, investigate and measure the nature and extent of the
conflict. Promptly submit a written report to the Architect.
E.
Survey the condition of the building to determine whether removing any element might result in
structural deficiency or unplanned collapse of any portion of the structure or adjacent structures
during selective demolition.
F.
Perform surveys as the Work progresses to detect hazards resulting from selective demolition
activities.
3.2
UTILITY SERVICES
A.
Maintain existing utilities indicated to remain in service and protect them against damage during
selective demolition operations.
1.
Do not interrupt existing utilities serving occupied or operating facilities, except when
authorized in writing by Owner and authorities having jurisdiction. Provide temporary
services during interruptions to existing utilities, as acceptable to Owner and to governing
authorities.
a.
B.
Provide not less than 72 hours' notice to Owner if shutdown of service is required
during changeover.
Utility Requirements: Shut off, disconnect, remove, and seal or cap utility services. Do not start
selective demolition work until utility disconnecting and sealing have been completed and
verified in writing.
SELECTIVE STRUCTURE DEMOLITION
02 4119 - 4 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.3
APRIL 25, 2014
PREPARATION
A.
Drain, purge, or otherwise remove, collect, and dispose of chemicals, gases, explosives, acids,
flammables, or other dangerous materials before proceeding with selective demolition
operations.
B.
Conduct demolition operations to prevent injury to people and damage to adjacent buildings and
facilities to remain. Ensure safe passage of people around selective demolition area.
C.
D.
1.
Erect temporary protection, such as walks, fences, railings, canopies, and covered
passageways, where required by authorities having jurisdiction.
2.
Protect existing site improvements, appurtenances, and landscaping to remain.
3.
Provide temporary weather protection, during interval between demolition and removal of
existing construction, on exterior surfaces and new construction to ensure that no water
leakage or damage occurs to structure or interior areas.
4.
Protect walls, ceilings, floors, and other existing finish work that are to remain and are
exposed during selective demolition operations.
5.
Cover and protect furniture, furnishings, and equipment that have not been removed.
Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration
and to separate areas from fumes and noise.
1.
Construct dustproof partitions of not less than nominal 4-inch studs, 5/8-inch gypsum
wallboard with joints taped on occupied side, and 1/2-inch fire-retardant plywood on the
demolition side.
2.
Insulate partition to provide noise protection to occupied areas.
3.
Seal joints and perimeter. Equip partitions with dustproof doors and security locks.
4.
Protect air-handling equipment.
5.
Weatherstrip openings.
Provide and maintain interior and exterior shoring, bracing, or structural support to preserve
stability and prevent movement, settlement, or collapse of building to be selectively demolished.
1.
3.4
Strengthen or add new supports when required during progress of selective demolition.
POLLUTION CONTROLS
A.
A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust
and dirt. Comply with governing environmental protection regulations.
1.
B.
Do not use water when it may damage existing construction or create hazardous or
objectionable conditions, such as ice, flooding, and pollution.
Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and
areas.
1.
Remove debris from elevated portions of building by chute, hoist, or other device that will
convey debris to grade level.
SELECTIVE STRUCTURE DEMOLITION
02 4119 - 5 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
C.
3.5
APRIL 25, 2014
Clean adjacent structures and improvements of dust, dirt, and debris caused by selective
demolition operations. Return adjacent areas to condition existing before start of selective
demolition.
SELECTIVE DEMOLITION
A.
B.
3.6
Demolish and remove existing construction only to the extent required by new construction and
as indicated. Use methods required to complete Work within limitations of governing
regulations and as follows:
1.
Proceed with selective demolition systematically, from higher to lower level. Complete
selective demolition work above each floor or tier before disturbing supporting members
on lower levels.
2.
Neatly cut openings and holes plumb, square, and true to dimensions required. Use
cutting methods least likely to damage construction to remain or adjoining construction.
To minimize disturbance of adjacent surfaces, use hand or small power tools designed
for sawing or grinding, not hammering and chopping. Temporarily cover openings to
remain.
3.
Cut or drill from the exposed or finished side into concealed surfaces to avoid marring
existing finished surfaces.
4.
Do not use cutting torches until work area is cleared of flammable materials. At
concealed spaces, such as duct and pipe interiors, verify condition and contents of
hidden space before starting flame-cutting operations. Maintain portable fire-suppression
devices during flame-cutting operations.
5.
Maintain adequate ventilation when using cutting torches.
6.
Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and
promptly dispose of off-site.
7.
Locate selective demolition equipment throughout the structure and remove debris and
materials so as not to impose excessive loads on supporting walls, floors, or framing.
8.
Dispose of demolished items and materials promptly. On-site storage or sale of removed
items is prohibited.
9.
Return elements of construction and surfaces to remain to condition existing before start
of selective demolition operations.
Remove air-conditioning equipment without releasing refrigerants.
NEEDLE BEAMS AND SHORING
A.
Provide temporary needle beams and shoring to support existing masonry in order to form
openings in existing masonry walls and to install permanent lintel beams.
B.
Temporary needle beams and shoring shall be adequate to support all loads without damage to
the existing construction to remain.
3.7
PATCHING AND REPAIRS
A.
Promptly patch and repair holes and damaged surfaces caused to adjacent construction by
selective demolition operations.
SELECTIVE STRUCTURE DEMOLITION
02 4119 - 6 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
APRIL 25, 2014
Where repairs to existing surfaces are required, patch to produce surfaces suitable for new
materials.
1.
Completely fill holes and depressions in existing masonry walls to remain with an
approved masonry patching material, applied according to manufacturer's printed
recommendations.
C.
Restore exposed finishes of patched areas and extend finish restoration into adjoining
construction to remain in a manner that eliminates evidence of patching and refinishing.
D.
Patch and repair floor and wall surfaces in the new space where demolished walls or partitions
extend one finished area into another. Provide a flush and even surface of uniform color and
appearance.
E.
3.8
1.
Closely match texture and finish of existing adjacent surface.
2.
Patch with durable seams that are as invisible as possible.
tolerances.
3.
Where patching smooth painted surfaces, extend final paint coat over entire unbroken
surface containing the patch after the surface has received primer and second coat.
4.
Remove existing floor and wall coverings and replace with new materials, if necessary, to
achieve uniform color and appearance.
5.
Inspect and test patched areas to demonstrate integrity of the installation, where feasible.
Comply with specified
Patch, repair, or rehang existing ceilings as necessary to provide an even-plane surface of
uniform appearance.
DISPOSAL OF DEMOLISHED MATERIALS
A.
General: Promptly dispose of demolished materials. Do not allow demolished materials to
accumulate on-site.
B.
Burning: Do not burn demolished materials.
C.
Disposal: Transport demolished materials off Owner's property and legally dispose of them.
3.9
CLEANING
A.
Sweep the building broom clean on completion of selective demolition operation.
B.
Change filters on air-handling equipment on completion of selective demolition operations.
END OF SECTION 02 4119
SELECTIVE STRUCTURE DEMOLITION
02 4119 - 7 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 06 1000 – ROUGH CARPENTRY
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
B.
1.3
A. This Section includes the following:
1.
Framing with dimension lumber.
2.
Miscellaneous wood furring, grounds, nailers, and blocking.
Related Sections: The following Sections contain requirements that relate to this Section:
DEFINITIONS
A.
Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless
otherwise specified.
B.
Exposed Framing: Dimension lumber not concealed by other construction and indicated to
receive a stained or natural finish.
1.4
SUBMITTALS
A.
General: Submit each item in this Article according to the Conditions of the Contract and
Division 1 Specification Sections.
B.
Product Data for the following products:
1.
Metal framing anchors (if used).
2.
Construction adhesives.
C.
Material certificates for dimension lumber specified to comply with minimum allowable unit
stresses. Indicate species and grade selected for each use and design values approved by the
American Lumber Standards Committee's (ALSC) Board of Review.
D.
Wood treatment data as follows, including chemical treatment manufacturer's instructions for
handling, storing, installing, and finishing treated materials:
1.
For each type of preservative-treated wood product, include certification by treating plant
stating type of preservative solution and pressure process used, net amount of
preservative retained, and compliance with applicable standards.
2.
For waterborne-treated products, include statement that moisture content of treated
materials was reduced to levels indicated before shipment to Project site.
3.
For fire-retardant-treated wood products, include certification by treating plant that treated
materials comply with specified standard and other requirements as well as data relative
to bending strength, stiffness, and fastener-holding capacities of treated materials.
ROUGH CARPENTRY
06 1000 - 1 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
E.
Material test reports from a qualified independent testing agency indicating and interpreting test
results relative to compliance of fire-retardant-treated wood products with requirements
indicated.
F.
Warranty of chemical treatment manufacturer for each type of treatment.
G.
Research or evaluation reports of the model code organization acceptable to authorities having
jurisdiction that evidence the following products' compliance with building code in effect for
Project.
1.5
1.
Metal framing anchors (if any).
2.
Power-driven fasteners.
3.
Fire-retardant-treated wood (if any).
QUALITY ASSURANCE
A.
1.6
A. Single-Source Responsibility for Fire-Retardant-Treated Wood (if any): Obtain each type of
fire-retardant-treated wood product from one source and by a single producer.
DELIVERY, STORAGE, AND HANDLING
A.
Keep materials under cover and dry. Protect from weather and contact with damp or wet
surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and
around stacks and under temporary coverings.
1.
For lumber and plywood pressure treated with waterborne chemicals, place spacers
between each bundle to provide air circulation.
PART 2 - PRODUCTS
2.1
MANUFACTURERS
A.
Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
1.
2.
Wood-Preservative-Treated Materials:
a.
Baxter: J. H. Baxter Co.
b.
Chemical Specialties, Inc.
c.
Continental Wood Preservers, Inc.
d.
Hickson Corp.
e.
Hoover Treated Wood Products, Inc.
f.
Osmose Wood Preserving, Inc.
Fire-Retardant-Treated Materials, Interior Type A:
a.
Baxter: J. H. Baxter Co.
b.
Chemical Specialties, Inc.
c.
Continental Wood Preservers, Inc.
d.
Hickson Corp.
e.
Hoover Treated Wood Products, Inc.
ROUGH CARPENTRY
06 1000 - 2 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.
2.2
APRIL 25, 2014
Laminated-Veneer Lumber:
a.
Alpine Structures.
b.
Boise Cascade Corp.
c.
Georgia-Pacific Corp.
d.
e.
f.
Louisiana-Pacific Corp.
Trus Joist MacMillan.
Willamette Industries, Inc.
LUMBER, GENERAL
A.
Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with
applicable grading rules of inspection agencies certified by ALSC's Board of Review.
B.
Inspection Agencies:
include the following:
C.
1.
NELMA - Northeastern Lumber Manufacturers Association.
2.
SPIB - Southern Pine Inspection Bureau.
3.
WCLIB - West Coast Lumber Inspection Bureau.
4.
WWPA - Western Wood Products Association.
Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection
agency evidencing compliance with grading rule requirements and identifying grading agency,
grade, species, moisture content at time of surfacing, and mill.
1.
D.
2.3
Inspection agencies, and the abbreviations used to reference them,
For exposed lumber, furnish pieces with grade stamps applied to ends or back of each
piece, or omit grade stamps and provide grade-compliance certificates issued by
inspection agency.
Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture
content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry
lumber.
1.
Provide dressed lumber, S4S, unless otherwise indicated.
2.
Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2inch nominal thickness or less, unless otherwise indicated.
WOOD-PRESERVATIVE-TREATED MATERIALS
A.
General: Where lumber or plywood is indicated as preservative treated or is specified to be
treated, comply with applicable requirements of AWPA C2 (lumber) and AWPA C9 (plywood).
Mark each treated item with the Quality Mark Requirements of an inspection agency approved
by ALSC's Board of Review.
1.
B.
1. Do not use chemicals containing chromium or arsenic.
Pressure treat aboveground items with waterborne preservatives to a minimum retention of 0.25
lb/cu. ft. After treatment, kiln-dry lumber and plywood to a maximum moisture content of 19 and
15 percent, respectively. Treat indicated items and the following:
1.
Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar
members in connection with roofing, flashing, vapor barriers, and waterproofing.
ROUGH CARPENTRY
06 1000 - 3 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
C.
2.4
APRIL 25, 2014
2.
Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in
contact with masonry or concrete.
3.
Wood framing members less than 18 inches above grade.
4.
Wood floor plates installed over concrete slabs directly in contact with earth.
Complete fabrication of treated items before treatment, where possible. If cut after treatment,
apply field treatment complying with AWPA M4 to cut surfaces. Inspect each piece of lumber or
plywood after drying and discard damaged or defective pieces.
FIRE-RETARDANT-TREATED MATERIALS
A.
General: Where fire-retardant-treated wood is indicated, comply with applicable requirements
of AWPA C20 (lumber) and AWPA C27 (plywood). Identify fire-retardant-treated wood with
appropriate classification marking of UL; U.S. Testing; Timber Products Inspection, Inc.; or
another testing and inspecting agency acceptable to authorities having jurisdiction.
1.
B.
C.
2.5
Research or Evaluation Reports: Provide fire-retardant-treated wood acceptable to
authorities having jurisdiction and for which a current model code research or evaluation
report exists that evidences compliance of fire-retardant-treated wood for application
indicated.
Interior Type A: For interior locations, use chemical formulation that produces treated lumber
and plywood with the following properties under conditions present after installation:
1.
Bending strength, stiffness, and fastener-holding capacities are not reduced below values
published by manufacturer of chemical formulation under elevated temperature and
humidity conditions simulating installed conditions when tested by a qualified
independent testing agency.
2.
No form of degradation occurs due to acid hydrolysis or other causes related to
treatment.
3.
Contact with treated wood does not promote corrosion of metal fasteners.
Inspect each piece of treated lumber or plywood after drying and discard damaged or defective
pieces.
DIMENSION LUMBER
A.
General: Provide dimension lumber of grades indicated according to the ALSC National
Grading Rule (NGR) provisions of the inspection agency indicated.
B.
Provide framing of the following grade and species:
2.6
1.
For structural vertical framing (2 to 4 inches thick, 2 to 4 inches wide):
a.
Hem Fir No. 2 or better
2.
For structural horizontal framing (2 to 4 inches thick, 5 inches and wider):
a.
Southern yellow pine #2 Grade, 1400 psi bending stress.
MISCELLANEOUS LUMBER
A.
General: Provide lumber for support or attachment of other construction, including rooftop
equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds,
stripping, and similar members.
ROUGH CARPENTRY
06 1000 - 4 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
B.
Fabricate miscellaneous lumber from dimension lumber of sizes indicated and into shapes
shown.
C.
Moisture Content: 19 percent maximum for lumber items not specified to receive wood
preservative treatment.
D.
Grade: For dimension lumber sizes, provide No. 3 or Standard grade lumber per ALSC's NGRs
of any species. For board-size lumber, provide No. 3 Common grade per NELMA, NLGA, or
WWPA; No. 2 grade per SPIB; or Standard grade per NLGA, WCLIB or WWPA of any species.
2.7
FASTENERS
A.
General: Provide fasteners of size and type indicated that comply with requirements specified
in this Article for material and manufacture.
1.
Where rough carpentry is exposed to weather, in ground contact, or in area of high
relative humidity, provide fasteners with a hot-dip zinc coating per ASTM A 153 or of
Type 304 stainless steel.
B.
Nails, Wire, Brads, and Staples: FS FF-N-105.
C.
Power-Driven Fasteners: CABO NER-272.
D.
Wood Screws: ASME B18.6.1.
E.
Lag Bolts: ASME B18.2.1.
F.
Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where
indicated, flat washers.
2.8
MISCELLANEOUS MATERIALS
A.
2.9
Adhesives for Field Gluing Panels to Framing: Formulation complying with APA AFG-01 that is
approved for use with type of construction panel indicated by both adhesive and panel
manufacturers.
PRESERVATIVE WOOD TREATMENT BY PRESSURE PROCESS:
A.
General: Where lumber or plywood is indicated as treated or preservative-treated wood or is
specified herein to be treated, comply with applicable requirements of AWPA Standards C2
(Lumber) and C9 (Plywood). Mark each treated item with the AWPB or SPIB Quality Mark
Requirements.
B.
Pressure-treat above-ground items with water-borne preservatives to a minimum retention of
0.25 pcf. For interior uses, after treatment, kiln-dry lumber and plywood to a maximum moisture
content, respectively, of 19 percent and 15 percent. Treat indicated items and the following:
1.
Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar
members in connection with roofing, flashing and vapor barriers.
2.
Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in
contact with concrete.
3.
Wood framing members less than 18 inches above grade.
4.
Wood floor plates installed over concrete slabs directly in contact with earth.
ROUGH CARPENTRY
06 1000 - 5 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
C.
Pressure-treat wood members in contact with the ground or fresh water with water-borne
preservatives to a minimum retention of 0.40 pcf.
D.
Complete fabrication of treated items prior to treatment, where possible. If cut after treatment,
coat cut surfaces to comply with AWPA M4. Inspect each piece of lumber or plywood after
drying and discard damaged or defective pieces.
PART 3 - PRODUCTS
3.1
INSTALLATION, GENERAL
A.
Discard units of material with defects that impair quality of rough carpentry and that are too
small to use with minimum number of joints or optimum joint arrangement.
B.
Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and
fitted.
C.
Fit rough carpentry to other construction; scribe and cope as required for accurate fit. Correlate
location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other
construction.
D.
Apply field treatment complying with AWPA M4 to cut surfaces of preservative-treated lumber
and plywood.
E.
Securely attach rough carpentry work to substrate by anchoring and fastening as indicated,
complying with the following:
1.
CABO NER-272 for power-driven staples, P-nails, and allied fasteners.
2.
Published requirements of metal framing anchor manufacturer.
3.
"Recommended Nailing Schedule" of referenced framing standard and with AFPA's
"National Design Specifications for Wood Construction."
4.
"Table 2305.2--Fastening Schedule" of the BOCA National Building Code.
F.
Use common wire nails, unless otherwise indicated. Use finishing nails for finish work. Select
fasteners of size that will not fully penetrate members where opposite side will be exposed to
view or will receive finish materials. Make tight connections between members. Install
fasteners without splitting wood; predrill as required.
G.
Use hot-dip galvanized or stainless-steel nails where rough carpentry is exposed to weather, in
ground contact, or in area of high relative humidity.
H.
Countersink nail heads on exposed carpentry work and fill holes with wood filler.
3.2
WOOD GROUNDS, NAILERS, BLOCKING, AND SLEEPERS
A.
Install wood grounds, nailers, blocking, and sleepers where shown and where required for
screeding or attaching other work. Form to shapes shown and cut as required for true line and
level of attached work. Coordinate locations with other work involved.
B.
Attach to substrates to support applied loading. Recess bolts and nuts flush with surfaces,
unless otherwise indicated. Build into masonry during installation of masonry work. Where
possible, anchor to formwork before concrete placement.
ROUGH CARPENTRY
06 1000 - 6 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.3
APRIL 25, 2014
INSTALLATION
A.
General: Install gypsum sheathing to comply with GA-253 and manufacturer’s written
instructions.
B.
Cut boards at penetrations, edges and other obstructions of the work; fit tightly against abutting
construction, except provide a d-inch (9 mm) setback where non-load-bearing construction
abuts structural elements.
C.
Coordinate sheathing installation with flashing and joint sealant installation so these materials
are installed in the sequence and manner that prevent exterior moisture from passing through
completed exterior wall assembly.
D.
Apply fasteners so screw heads bear tightly against face of sheathing boards but do not cut into
facing.
E.
Do not bridge building expansion joints with sheathing; cut and space edges to match spacing
of structural support elements.
3.4
PROTECTION
A.
3.5
Protect paper-surfaced gypsum sheathing and sheathing tape that will be exposed to weather
for more than 30days by covering exposed exterior surface of sheathing with a securely
fastened air-infiltration barrier. Apply covering immediately after sheathing is installed.
SECTION REQUIREMENTS
A.
Submittals: ICC-ES evaluation reports for [wood-preservative treated wood] [fire-retardant
treated wood] [engineered wood products] [and] [metal framing anchors].
END OF SECTION 06 1000
ROUGH CARPENTRY
06 1000 - 7 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 07 8400-FIRESTOPPING
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
SUMMARY
A.
1.3
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
Firestopping, as described herein, refers to materials or devices used to seal openings that
have been made in fire-rated walls or ceilings for the purpose of passing building service
penetrants such as electrical conduits, electrical, data or communications cabling, plumbing or
mechanical pipes, HVAC or mechanical ducting of any type.
SYSTEM PERFORMANCE REQUIREMENTS
A.
General: Provide firestopping systems that are produced and installed to resist the spread of
fire and heat according to the necessary requirements, and the passage of smoke and other
gases.
B.
F-Rated Through-Penetration Firestop Systems:
Provide through-penetration firestop
systems with F ratings where required, as determined per ASTM E 814, but not less than that
equaling or exceeding the fire-resistance rating of the constructions penetrated.
C.
T-Rated Through-Penetration Firestop Systems:
Provide through-penetration firestop
systems with T ratings, in addition to F ratings, as determined per ASTM E 814, where
systems protect penetrating items exposed to contact with adjacent materials in occupiable
floor areas. T-rated assemblies are required where the following conditions exist:
1.
Where firestop systems protect penetrations located outside of wall cavities.
2.
Where firestop systems protect penetrations located outside fire-resistive shaft
enclosures.
3.
Where firestop systems protect penetrations located in construction containing doors
required to have a temperature-rise rating.
4.
Where firestop systems protect penetrating items larger than a 4 inch diameter nominal
pipe or 16 sq. in. in overall cross-sectional area.
D.
Fire-Resistive Joint Sealants: Provide joint sealants with fire-resistance ratings indicated, as
determined per ASTM E 119, but not less than that equaling or exceeding the fire-resistance
rating of the construction in which the joint occurs.
E.
For firestopping exposed to view, traffic, moisture, and physical damage, provide products that
do not deteriorate when exposed to these conditions.
1.
For piping penetrations for plumbing systems, provide moisture-resistant throughpenetration firestop systems.
2.
For penetrations involving insulated piping, provide through-penetration firestop systems
not requiring removal of insulation.
FIRESTOPPING
07 8400- 1 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
F.
1.4
For firestopping exposed to view, provide products with flame-spread values of less than 25
and smoke-developed values of less than 450, as determined per ASTM E 84.
SUBMITTALS
A.
General: Submit the following according to Conditions of Contract and Division 1 Specification
Sections.
B.
Contractor shall submit a schedule of all penetrations, openings or edge conditions in firerated assemblies, along with the specific material and/or system used to seal such
penetration, opening or edge condition. Schedule shall include the following information in list
form:
C.
1.
Material being penetrated.
2.
Purpose of penetration (ie: ducts, conduit, piping).
3.
Size and material of penetration.
4.
Size of opening in fire-rated assembly.
5.
Construction of assembly being penetrated.
6.
Rating of assembly being penetrated.
7.
Specific product and/or system used to seal the penetration, referenced to accompanying
product data and descriptions.
Product data for each type of product used.
1.
1.5
APRIL 25, 2014
Certification by firestopping manufacturer that products supplied comply with local
regulations controlling use of volatile organic compounds (VOCs) and are nontoxic to
building occupants.
D.
Product certificates signed by manufacturers of firestopping products certifying that their
products comply with specified requirements.
E.
Product test reports from, and based on tests performed by, a qualified testing and inspecting
agency evidencing compliance of firestopping with requirements based on comprehensive
testing of current products.
F.
Qualification data for firms and persons specified in "Quality Assurance" article to demonstrate
their capabilities and experience. Include list of completed projects with project names,
addresses, names of Architects and Owners, and other information specified.
QUALITY ASSURANCE
A.
Fire-Test-Response Characteristics: Provide firestopping that complies with the following
requirements and those specified under the "System Performance Requirements" article:
1.
Firestopping tests are performed by a qualified testing and inspecting agency. A qualified
testing and inspecting agency is UL, Warnock Hersey, or another agency performing
testing and follow-up inspection services for firestop systems that is acceptable to
authorities having jurisdiction.
2.
Through-penetration firestop systems are identical to those tested per ASTM E 814 under
conditions where positive furnace pressure differential of at least 0.01 inch of water is
maintained at a distance of 0.78 inch below the fill materials surrounding the penetrating
FIRESTOPPING
07 8400- 2 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
items in the test assembly.
requirements:
a.
3.
1.7
1.8
Provide rated systems complying with the following
Through-penetration firestop system products bear classification marking of qualified
testing and inspecting agency, indicating rating required for each penetration.
Fire-resistive joint sealant systems are identical to those tested for fire-response
characteristics per ASTM E 119 under conditions where the positive furnace pressure
differential is at least 0.01 inch of water, as measured 0.78 inch from the face exposed to
furnace fire. Provide systems complying with the following requirements:
a.
1.6
APRIL 25, 2014
Joint sealants, including backing materials, bear classification marking of qualified
testing and inspection agency, indicating rating required for each penetration.
B.
Installer Qualifications: Engage an experienced Installer who has completed firestopping that
is similar in material, design, and extent to that indicated for Project and that has performed
successfully.
C.
Single-Source Responsibility: Obtain through-penetration firestop systems for each kind of
penetration and construction condition indicated from a single manufacturer.
D.
Provide firestopping products containing no detectable asbestos as determined by the method
specified in 40 CFR Part 763, Subpart F, Appendix A, Section 1, "Polarized Light Microscopy."
E.
Coordinating Work: Coordinate construction of openings and penetrating items to ensure that
designated through-penetration firestop systems are installed per specified requirements.
F.
Owner retains the right to employ and pay a qualified inspection agency to check installed
firestopping systems for compliance with requirements.
DELIVERY, STORAGE, AND HANDLING
A.
Deliver firestopping products to Project site in original, unopened containers or packages with
intact and legible manufacturers' labels identifying product and manufacturer; date of
manufacture; lot number; shelf life, if applicable; qualified testing and inspecting agency's
classification marking applicable to Project; curing time; and mixing instructions for
multicomponent materials.
B.
Store and handle firestopping materials to prevent their deterioration or damage due to
moisture, temperature changes, contaminants, or other causes.
PROJECT CONDITIONS
A.
Environmental Conditions: Do not install firestopping when ambient or substrate temperatures
are outside limits permitted by firestopping manufacturers or when substrates are wet due to
rain, frost, condensation, or other causes.
B.
Ventilation: Ventilate firestopping per firestopping manufacturers' instructions by natural
means or, where this is inadequate, forced air circulation.
SEQUENCING AND SCHEDULING
A.
Notify Owner's inspection agency at least 1 week in advance of firestopping installations;
confirm dates and times on days preceding each series of installations.
FIRESTOPPING
07 8400- 3 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
APRIL 25, 2014
Do not cover up those firestopping installations that will become concealed behind other
construction until Owner's inspection agency and authorities having jurisdiction, if required,
have examined each installation.
PART 2 - PRODUCTS
2.1
FIRESTOPPING, GENERAL
A.
Compatibility: Provide firestopping composed of components that are compatible with each
other, the substrates forming openings, and the items, if any, penetrating the firestopping
under conditions of service and application, as demonstrated by firestopping manufacturer
based on testing and field experience.
B.
Accessories: Provide components for each firestopping system that are needed to install fill
materials and to comply with "System Performance Requirements" article in Part 1. Use only
components specified by the firestopping manufacturer and approved by the qualified testing
and inspecting agency for the designated fire-resistance-rated systems. Accessories include
but are not limited to the following items:
1.
C.
2.2
Permanent forming/damming/backing materials including the following:
a.
Semirefractory fiber (mineral wool) insulation.
b.
Ceramic fiber.
c.
Sealants used in combination with other forming/damming materials to prevent
leakage of fill materials in liquid state.
d.
Fire-rated formboard.
e.
Joint fillers for joint sealants.
2.
Temporary forming materials.
3.
Substrate primers.
4.
Collars.
5.
Steel sleeves.
Applications: Provide firestopping systems composed of materials that comply with system
performance and other requirements.
FILL MATERIALS FOR THROUGH-PENETRATION FIRESTOP SYSTEMS
A.
Ceramic-Fiber and Mastic Coating: Ceramic fibers in bulk form formulated for use with mastic
coating, and ceramic fiber manufacturer's mastic coating.
B.
Ceramic-Fiber Sealant:
binders.
C.
Endothermic, Latex Compound Sealant: Single-component, endothermic, latex formulation.
D.
Intumescent, Latex Sealant: Single-component, intumescent, latex formulation.
E.
Intumescent Putty: Nonhardening, dielectric, water-resistant putty containing no solvents,
inorganic fibers, or silicone compounds.
FIRESTOPPING
Single-component formulation of ceramic fibers and inorganic
07 8400- 4 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
F.
Intumescent Wrap Strips: Single-component, elastomeric sheet with aluminum foil on one
side.
G.
Job-Mixed Vinyl Compound: Prepackaged vinyl-based powder product for mixing with water
at Project site to produce a paintable compound, passing ASTM E 136, with flame-spread and
smoke-developed ratings of zero per ASTM E 84.
H.
Mortar: Prepackaged dry mix composed of a blend of inorganic binders, fillers, and
lightweight aggregate formulated for mixing with water at Project site to form a nonshrinking,
homogenous mortar.
I.
Pillows/Bags: Re-usable, heat-expanding pillows/bags composed of glass-fiber cloth cases
filled with a combination of mineral-fiber, water-insoluble expansion agents and fire-retardant
additives.
J.
Silicone Foam: Two-component, silicone-based liquid elastomer that, when mixed, expands
and cures in place to produce a flexible, nonshrinking foam.
K.
Silicone Sealant:
Moisture-curing, single-component,
elastomeric sealant of grade indicated below:
1.
2.3
silicone-based,
neutral-curing
Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal
surfaces and nonsag formulation for openings in vertical and other surfaces requiring a
nonslumping/ gunnable sealant, unless indicated firestop system limits use to nonsag
grade for both opening conditions.
FIRE-RESISTIVE ELASTOMERIC JOINT SEALANTS
A.
Elastomeric Sealant Standard:
Provide manufacturer's standard chemically curing,
elastomeric sealants of base polymer required that complies with ASTM C 920 requirements
applicable to fire-resistive joint sealants.
B.
Sealant Colors: Provide color of exposed joint sealants to comply with the following:
1.
2.4
APRIL 25, 2014
Provide selections made by Architect from manufacturer's full range of standard colors for
products of type indicated.
MIXING
A.
For those products requiring mixing prior to application, comply with firestopping
manufacturer's directions for accurate proportioning of materials, water (if required), type of
mixing equipment, selection of mixer speeds, mixing containers, mixing time, and other
procedures needed to produce firestopping products of uniform quality with optimum
performance characteristics for application indicated.
PART 3 - EXECUTION
3.1
RESPONSIBILITY FOR FIRESTOPPING INSTALLATION
A.
Firestopping shall be provided by Contractors as follows:
1.
Penetrations made through existing or new fire-rated construction shall be firestopped by
the Contractor making the penetration.
FIRESTOPPING
07 8400- 5 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.2
Penetrations in new fire-rated construction built around existing or new wiring, piping,
conduit, ductwork, etc., shall be firestopped by the Contractor installing the fire-rated
construction.
3.
Perimeter firestopping shall be provided by Contractor installing the fire-rated
construction.
Examine substrates and conditions, with Installer present, for compliance with requirements
for opening configurations, penetrating items, substrates, and other conditions affecting
performance of firestopping. Do not proceed with installation until unsatisfactory conditions
have been corrected.
PREPARATION
A.
3.4
2.
EXAMINATION
A.
3.3
APRIL 25, 2014
Surface Cleaning: Clean out openings and joints immediately prior to installing firestopping to
comply with recommendations of firestopping manufacturer and the following requirements:
1.
Remove all foreign materials from surfaces of opening and joint substrates and from
penetrating items that could interfere with adhesion of firestopping.
2.
Clean opening and joint substrates and penetrating items to produce clean, sound
surfaces capable of developing optimum bond with firestopping. Remove loose particles
remaining from cleaning operation.
3.
Remove laitance and form release agents from concrete.
B.
Priming: Prime substrates where recommended by firestopping manufacturer using that
manufacturer's recommended products and methods. Confine primers to areas of bond; do
not allow spillage and migration onto exposed surfaces.
C.
Masking Tape: Use masking tape to prevent firestopping from contacting adjoining surfaces
that will remain exposed upon completion of Work and that would otherwise be permanently
stained or damaged by such contact or by cleaning methods used to remove smears from
firestopping materials. Remove tape as soon as it is possible to do so without disturbing
firestopping's seal with substrates.
INSTALLING THROUGH-PENETRATION FIRESTOPS
A.
General: Comply with the "System Performance Requirements" article in Part 1 and the
through-penetration firestop manufacturer's installation instructions and drawings pertaining to
products and applications indicated.
B.
Install forming/damming materials and other accessories of types required to support fill
materials during their application and in the position needed to produce the cross-sectional
shapes and depths required to achieve fire ratings of designated through-penetration firestop
systems. After installing fill materials, remove combustible forming materials and other
accessories not indicated as permanent components of firestop systems.
C.
Install fill materials for through-penetration firestop systems by proven techniques to produce
the following results:
1.
2.
Completely fill voids and cavities formed by openings, forming materials, accessories,
and penetrating items.
Apply materials so they contact and adhere to substrates formed by openings and
penetrating items.
FIRESTOPPING
07 8400- 6 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.
3.5
3.6
3.7
APRIL 25, 2014
For fill materials that will remain exposed after completing Work, finish to produce
smooth, uniform surfaces that are flush with adjoining finishes.
INSTALLING FIRE-RESISTIVE JOINT SEALANTS
A.
General: Comply with the "System Performance Requirements" article in Part 1, with ASTM C
1193, and with the sealant manufacturer's installation instructions and drawings pertaining to
products and applications indicated.
B.
Install joint fillers to provide support of sealants during application and at position required to
produce the cross-sectional shapes and depths of installed sealants relative to joint widths
that allow optimum sealant movement capability and develop fire-resistance rating required.
C.
Install sealants by proven techniques that result in sealants directly contacting and fully
wetting joint substrates, completely filling recesses provided for each joint configuration, and
providing uniform, cross-sectional shapes and depths relative to joint width that optimum
sealant movement capability. Install sealants at the same time joint fillers are installed.
D.
Tool nonsag sealants immediately after sealant application and prior to the time skinning or
curing begins. Form smooth, uniform beads of configuration indicated or required to produce
fire-resistance rating, as well as to eliminate air pockets, and to ensure contact and adhesion
of sealants with sides of joint. Remove excess sealant from surfaces adjacent to joint. Do not
use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant
manufacturer.
FIELD QUALITY CONTROL
A.
Inspecting agency may be employed and paid by Owner to examine completed firestopping to
determine, in general, if it is being installed in compliance with requirements.
B.
Inspecting agency will report observations promptly and in writing to Contractor and Architect.
C.
Do not proceed to enclose firestopping with other construction until reports of examinations
are issued.
D.
Where deficiencies are found, repair or replace firestopping so that it complies with
requirements.
CLEANING
A.
Clean off excess fill materials and sealants adjacent to openings and joints as work
progresses by methods and with cleaning materials approved by manufacturers of firestopping
products and of products in which opening and joints occur.
B.
Protect firestopping during and after curing period from contact with contaminating substances
or from damage resulting from construction operations or other causes so that they are
without deterioration or damage at time of Substantial Completion. If, despite such protection,
damage or deterioration occurs, cut out and remove damaged or deteriorated firestopping
immediately and install new materials to produce firestopping complying with specified
requirements.
END OF SECTION 07 8400
FIRESTOPPING
07 8400- 7 of 7
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 07 9200 - JOINT PROTECTION
PART 1 - GENERAL
1.1
SUMMARY
A.
Section Includes:
Compression seals and sealants, preparation of substrate, and
applications including but not limited to:
1. Joints between dissimilar materials including masonry, concrete, metals, wood, plaster
and gypsum board.
2. Control and expansion/construction joints.
3. Partition and ceiling joints.
.B.
Related Sections
1. Section 07 8400 Firestopping
1.2
1.3
SUBMITTALS
A.
See Division 1 – General Requirements for submittal procedures..
B.
Submit product data indicating sealant chemical characteristics, performance criteria,
substrate preparation, limitations, and color availability.
C.
Submit three samples illustrating colors selected for sealants and 6 inch sample of
compression seal.
D.
Submit manufacturer's installation instructions.
E.
Submit manufacturer’s certificate that products used meet or exceed specified requirements,
and that products used are compatible with backing and adjacent materials.
SUSTAINABLE DESIGN SUBMITTALS
A.
Make submittals electronically.
B.
Manufacturer's Certificate: Certify products meet or exceed specified sustainable design
requirements.
1.
Materials Resources Certificates:
a.
b.
JOINT PROTECTION
Certify recycled material content for recycled content products.
1)
Indicate post-consumer recycled content percent by weight as
defined by LEED Rating System.
2)
Indicate pre-consumer recycled content percent by weight as
defined by LEED Rating System.
3)
Indicate recycled content materials in accordance with ISO
14021.
Certify source for local and regional materials and distance from Project
site.
07 9200 - 1 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
2.
B.
1.6
Indicate manufacturing or fabrication location.
Certify volatile organic compound content for each interior adhesive and
sealant and related primer.
1)
Indicate VOC content meets requirements of SCAQMD Rule
1168.
2)
Include data sheet indicating volatile organic compound content,
in g/L, for each Product.
Provide all material costs as well as cost data for the following products:
a.
Products with recycled material content.
b.
Local and regional products.
Applicator: Company specializing in applying the work of this Section with minimum five
years experience, approved by sealant manufacturer.
Sustainable Design Requirements:
1.
Recycled Content Materials: Furnish materials with recycled content.
2.
Regional Materials: Furnish materials extracted, processed, and manufactured
within 500 miles of Project site.
ENVIRONMENTAL REQUIREMENTS
A.
Do not install solvent curing sealants in enclosed building spaces.
B.
Maintain temperature and humidity recommended by the sealant manufacturer during and
after installation.
SEQUENCING AND SCHEDULING
A.
1.7
2)
QUALITY ASSURANCE
A.
1.5
Indicate location of extraction, harvesting or recovery.
Product Cost Data: Submit cost of products to verify compliance with Project sustainable
design requirements. Exclude cost of labor and equipment to install products.
1.
1.4
1)
Indoor Air Quality Certificates:
a.
C.
APRIL 25, 2014
Coordinate this work with all Sections referencing this Section.
WARRANTY
A.
Exterior Joints: Submit 2 year warranty against failure of joint to effectively seal out water or
moisture.
B.
Interior Joints: Submit 2 year warranty against cracking, crazing, separation of the material
from the substrate or other failure of the joint.
JOINT PROTECTION
07 9200 - 2 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
PART 2 - PRODUCTS
2.1
2.2
SEALANTS
A.
Manufacturers:
1. Tremco.
2. Sonneborn or Pecora, with chemical composition and performance characteristics
identical to Tremco.
B.
Compatibility: Before purchase, confirm compatibility of each sealant with other materials in
the system.
C.
Acrylic Latex Sealant: Low odor, fast-setting, color to be selected; Tremco Acrylic Latex
834. Maximum volatile organic compound content in accordance with SCAQMD Rule 1168.
D.
Polyurethane Sealant (Self-leveling): Multi-component, self-leveling/slope grades, custom
color as selected; THC 900/901 by Tremco. Maximum volatile organic compound content in
accordance with SCAQMD Rule 1168
E.
Polyurethane Sealant (Vertical): 3-component, +/- 50% movement, color to be selected;
“Sonolastic” by Sonneborn. Maximum volatile organic compound content in accordance with
SCAQMD Rule 1168
F.
Acrylic Terpolymer Sealant: One part, high solids, solvent release cure; color to be selected;
Mono-555 by Tremco. Maximum volatile organic compound content in accordance with
SCAQMD Rule 1168.
G.
Mildew Resistant Silicone Sealant: Single component, neutral cure, white color, Tremsil No.
200 by Tremco. Maximum volatile organic compound content in accordance with SCAQMD
Rule 1168.
COMPRESSION SEALS
A.
Manufacturers:
1.
Emseal Corporation.
. 800-526-8365 www.emseal.com
2.
B.
2.3
Substitutions: See Division 1 – General Requirements for substitution procedures.
Preformed Foam Sealant: Open-cell, urethane foam, impregnated with a non-drying, water
repellent agent; factory-produced in precompressed sizes, in roll or stick form to fit joint
widths, and to develop a watertight, airtight seal when compressed to the degree specified
by manufacturer.
1.
Properties:
Permanently elastic, mildew-resistant,
compatible with joint substrates and other joint sealers.
nonmigratory,
nonstaining,
2.
Impregnating Agent: Manufacturer’s standard.
3.
Density: Manufacturer’s standard “high” density.
4.
Backing: Where required, provide backings suitable for intended use, compatible with
joint substrates and other joint sealers, designed to work in conjunction with primary
sealants in dual-sealant systems,
ACCESSORIES
JOINT PROTECTION
07 9200 - 3 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
A.
Primer: Non-staining type, recommended by sealant manufacturer to suit application.
Maximum volatile organic compound content in accordance with SCAQMD Rule 1168.
B.
Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer;
compatible with joint forming materials.
C.
Joint Backing: Round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger
than joint width; Ethafoam SB manufactured by Dow Chemical.
D.
Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit
application.
PART 3 - EXECUTION
3.1
EXAMINATION
A.
3.2
3.3
Verify that surfaces and joints are ready to receive work and field measurements are as
shown on Drawings and recommended by the manufacturer.
PREPARATION
A.
Clean and prime joints in accordance with manufacturer's instructions.
B.
Remove loose materials and foreign matter which might impair adhesion of sealant.
C.
Verify that joint backing and release tapes are compatible with sealant.
D.
Protect elements surrounding the work of this Section from damage or disfiguration.
INSTALLATION - SEALANTS
A.
Install sealant in accordance with manufacturer's instructions.
B.
Measure joint dimensions and size materials to achieve required width/depth ratios.
C.
Install joint backing to achieve a neck dimension no greater than 1/3 the joint width.
D.
Install bond breaker where joint backing is not used.
E.
Apply sealant within recommended application temperature ranges. Consult manufacturer
when sealant cannot be applied within these temperature ranges.
F.
Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
G.
Tool joints concave.
H.
Butter inside edge of masonry openings or surfaces of frames to be embedded with thin coat
of caulking or primer recommended by manufacturer. Caulk jambs, heads, and sills neatly
with a trowel.
JOINT PROTECTION
07 9200 - 4 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
3.4
INSTALLATION – PREFORMED FOAM SEALANTS
A.
3.5
3.6
Install each length of sealant immediately after removing protective wrappings, taking care
not to pull and stretch material. For application at low ambient temperatures, where
expansion of sealant requires acceleration to produce seal, apply heat to sealant in
accordance with manufacturer’s recommendations.
CLEANING AND REPAIRING
A.
Clean adjacent soiled surfaces.
B.
Repair or replace defaced or disfigured finishes caused by work of this Section.
PROTECTION OF FINISHED WORK
A.
3.7
APRIL 25, 2014
Protect sealants until cured.
SCHEDULE
A.
Exterior joints around windows, glazing, entrances, soffit joints and other general sealant
areas: Acrylic Terpolymer.
B.
Interior joints of minimal activity, joints in hollow metal frames and at abutting surfaces, at
ceiling, wall angles, and all other locations to accomplish a finished appearance: Acrylic
Latex.
C.
Interior expansion, construction or control joints where movement must be accommodated:
Acrylic Terpolymer.. Design joint to be installed without need for painting. When exposed
to students, install a joint cover or devise a method to protect the application.
D.
Interior joints at counters and fixtures: Mildew Resistant SiliconeDow 786.
END OF SECTION 07 9200
JOINT PROTECTION
07 9200 - 5 of 5
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
SECTION 09 5113 - ACOUSTICAL PANEL CEILINGS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
1.3
This Section includes ceilings composed of acoustical panels and exposed suspension
systems.
SUBMITTALS
A.
General: Submit each item in this Article according to the Conditions of the Contract and
Division 1 Specification Sections.
B.
Product data for each type of product specified.
C.
Coordination drawings for reflected ceiling plans drawn accurately to scale and coordinating
penetrations and ceiling-mounted items. Show the following:
1.
Ceiling suspension system members.
2.
Method of attaching suspension system hangers to building structure.
3.
Ceiling-mounted items including light fixtures; air outlets and inlets; speakers; sprinklers;
and special moldings at walls, column penetrations, and other junctures of acoustical
ceilings with adjoining construction.
4.
Minimum Drawing Scale: 1/8 inch = 1 foot.
D.
Samples for initial selection in the form of manufacturer's color charts consisting of actual
acoustical panels or sections of panels and sections of suspension system members showing
the full range of colors, textures, and patterns available for each ceiling assembly indicated.
E.
Samples for verification of each type of exposed finish required, prepared on samples of size
indicated below. Where finishes involve normal color and texture variations, include sample
sets showing the full range of variations expected.
F.
1.
6-inch-square samples of each acoustical panel type, pattern, and color.
2.
Set of 12-inch-long samples of exposed suspension system members, including
moldings, for each color and system type required.
Qualification data for firms and persons specified in the "Quality Assurance" Article to
demonstrate their capabilities and experience. Include lists of completed projects with project
names and addresses, names and addresses of architects and owners, and other information
specified.
ACOUSTICAL PANEL CEILINGS
09 5113 - 1 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
G.
Product test reports from a qualified independent testing agency that are based on its testing of
current products for compliance of acoustical panel ceilings and components with requirements.
H.
Research reports or evaluation reports of the model code organization acceptable to authorities
having jurisdiction that show compliance of acoustical panel ceilings and components with the
building code in effect for the Project.
1.4
QUALITY ASSURANCE
A.
Installer Qualifications: Engage an experienced Installer who has completed acoustical panel
ceilings similar in material, design, and extent to that indicated for this Project and with a record
of successful in-service performance.
B.
Fire-Test-Response Characteristics:
following requirements:
Provide acoustical panel ceilings that comply with the
1.
Fire-response tests are performed by a qualified testing and inspecting agency. Qualified
testing and inspecting agencies include Underwriters Laboratories (UL), Warnock
Hersey, or another agency that is acceptable to authorities having jurisdiction and that
performs testing and follow-up services.
2.
Surface-burning characteristics of acoustical panels comply with ASTM E 1264 for
Class A materials as determined by testing identical products per ASTM E 84.
C.
Single-Source Responsibility for Ceiling Units: Obtain each type of acoustical ceiling panel from
a single source with resources to provide products of consistent quality in appearance and
physical properties without delaying the Work.
D.
Single-Source Responsibility for Suspension System: Obtain each type of suspension system
from a single source with resources to provide products of consistent quality in appearance and
physical properties without delaying the Work.
1.5
DELIVERY, STORAGE, AND HANDLING
A.
Deliver acoustical panels and suspension system components to Project site in original,
unopened packages and store them in a fully enclosed space where they will be protected
against damage from moisture, direct sunlight, surface contamination, and other causes.
B.
Before installing acoustical panels, permit them to reach room temperature and a stabilized
moisture content.
C.
Handle acoustical panels carefully to avoid chipping edges or damaging units in any way.
1.6
PROJECT CONDITIONS
A.
1.7
APRIL 25, 2014
Space Enclosure and Environmental Limitations: Do not install acoustical panel ceilings until
spaces are enclosed and weatherproof, wet-work in spaces is completed and dry, work above
ceilings is complete, and ambient temperature and humidity conditions are being maintained at
the levels indicated for Project when occupied for its intended use.
COORDINATION
ACOUSTICAL PANEL CEILINGS
09 5113 - 2 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
A.
1.8
APRIL 25, 2014
Coordinate layout and installation of acoustical panels and suspension system components with
other construction that penetrates ceilings or is supported by them, including light fixtures,
HVAC equipment, fire-suppression system components (if any), and partition assemblies (if
any).
EXTRA MATERIALS
A.
Furnish extra materials described below that match products installed, are packaged with
protective covering for storage, and are identified with labels clearly describing contents.
1.
Acoustical Ceiling Units: Furnish quantity of full-size units equal to 5.0 percent of amount
installed.
PART 2 - PRODUCTS
2.1
MANUFACTURERS
A.
B.
2.2
Available Manufacturers: Subject to compliance with requirements, manufacturers whose
acoustical panels may be incorporated in the Work include, but are not limited to, the following:
1.
Armstrong World Industries, Inc.
2.
The Celotex Corporation.
3.
USG Interiors, Inc.
Available Products:
Subject to compliance with requirements, products that may be
incorporated in the Work include, but are not limited to, the products specified in the Acoustical
Panel Ceiling Schedule at the end of this Section.
ACOUSTICAL PANELS, GENERAL
A.
Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated
that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical
ratings, and light reflectances, unless otherwise indicated.
1.
Mounting Method for Measuring Noise Reduction Coefficient (NRC): Type E-400
[plenum mounting in which face of test specimen is 15-3/4 inches away from the test
surface] per ASTM E 795.
B.
Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each
product type.
C.
Panel Characteristics: Comply with requirements indicated on each Acoustical Panel Ceiling
Schedule at the end of this Section, including those referencing ASTM E 1264 classifications.
2.3
METAL SUSPENSION SYSTEMS, GENERAL
A.
Metal Suspension System Standard: Provide manufacturer's standard metal suspension
systems of types, structural classifications, and finishes indicated that comply with applicable
ASTM C 635 requirements.
ACOUSTICAL PANEL CEILINGS
09 5113 - 3 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
B.
Finishes and Colors: Provide manufacturer's standard factory-applied finish for type of system
indicated.
C.
Attachment Devices: Size for 5 times the design load indicated in ASTM C 635, Table 1, Direct
Hung unless otherwise indicated.
D.
Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements:
1.
Zinc-Coated Carbon Steel Wire: ASTM A 641, Class 1 zinc coating, soft temper.
2.
Nickel-Copper Alloy Wire: ASTM B 164, nickel-copper alloy UNS N04400.
3.
Size: Select wire diameter so that its stress at 3 times the hanger design load
(ASTM C 635, Table 1, Direct Hung) will be less than the yield stress of wire, but provide
not less than 0.106-inch-diameter wire.
E.
Hanger Rods (if required): Mild steel, zinc coated, or protected with rust-inhibitive paint.
F.
Flat Hangers (if required): Mild steel, zinc coated, or protected with rust-inhibitive paint.
G.
Angle Hangers (if required): Angles with legs not less than 7/8 inch wide, formed with 0.0396inch-thick galvanized-steel sheet complying with ASTM A 446, G 90 Coating Designation, with
bolted connections and 5/16-inch-diameter bolts.
H.
Sheet-Metal Edge Moldings and Trim: Type and profile indicated, or if not indicated,
manufacturer's standard moldings for edges and penetrations that fit acoustical panel edge
details and suspension systems indicated; formed from sheet metal of same material and finish
as that used for exposed flanges of suspension system runners.
1.
For lay-in panels with reveal edge details, provide stepped-edge molding that forms
reveal of same depth and width as that formed between edge of panel and flange at
exposed suspension member.
2.
For circular penetrations of ceiling, provide edge moldings fabricated to diameter required
to fit penetration exactly.
I.
Hold-Down Clips for Non-Fire-Resistance-Rated Ceilings: For interior ceilings composed of
acoustical panels weighing less than 1 lb per sq. ft., provide hold-down clips spaced 24 inches
o.c. on all cross tees.
J.
Impact Clips: Where indicated, provide manufacturer's standard impact-clip system design to
absorb impact forces against acoustical panels.
K.
Carrying Channels: Provide carrying channels as indicated on the drawings in the High School
Auditorium.
2.4
FIRE-RESISTANCE-RATED, DIRECT-HUNG SUSPENSION SYSTEMS
A.
Wide-Face, Capped, Double-Web, Steel Suspension System: Main and cross runners roll
formed from prepainted or electrolytic zinc-coated, cold-rolled steel sheet, with prefinished
15/16-inch-wide metal caps on flanges; other characteristics as follows:
1.
Structural Classification: Heavy-duty system.
2.
End Condition of Cross Runners: Override (stepped) or butt-edge type, as standard with
manufacturer.
3.
Cap Material and Finish: Steel sheet painted white.
ACOUSTICAL PANEL CEILINGS
09 5113 - 4 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
B.
C.
Wide-Face, Aluminum-Capped, Double-Web, Hot-Dip Galvanized-Steel Suspension System
(Classrooms and Offices): Main and cross runners roll formed from hot-dip galvanized, coldrolled steel sheet, with prefinished 15/16-inch-wide aluminum caps on flanges; other
characteristics as follows:
1.
Structural Classification: Heavy-duty system.
2.
3.
Zinc Coating: ASTM A 525, G 60.
Finish: Painted white.
Available Products: Subject to compliance with requirements, suspension systems that may be
incorporated in the Work include, but are not limited to, the following:
1.
Wide-Face, Capped, Double-Web, Steel Suspension Systems:
a.
2.
Prelude 15/16" Exposed Tee System; Armstrong World Industries, Inc.
Wide-Face, Aluminum-Capped, Double-Web, Hot-Dip Galvanized-Steel Suspension
Systems:
a.
2.5
APRIL 25, 2014
Prelude Plus; Armstrong World Industries, Inc.
ACOUSTICAL SEALANT
A.
Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard nonsag,
paintable, nonstaining latex sealant complying with ASTM C 834 and the following
requirements:
1.
Product is effective in reducing airborne sound transmission through perimeter joints and
openings in building construction as demonstrated by testing representative assemblies
per ASTM E 90.
2.
Product has flame-spread and smoke-developed ratings of less than 25 per ASTM E 84.
B.
Acoustical Sealant for Concealed Joints: Manufacturer's standard nondrying, nonhardening,
nonskinning, nonstaining, gunnable, synthetic rubber sealant recommended for sealing interior
concealed joints to reduce transmission of airborne sound.
C.
Available Products: Subject to compliance with requirements, acoustical sealants that may be
incorporated in the Work include, but are not limited to, the following:
1.
2.
Acoustical Sealant for Exposed and Concealed Joints:
a.
AC-20 FTR Acoustical and Insulation Sealant; Pecora Corp.
b.
SHEETROCK Acoustical Sealant; United States Gypsum Company.
Acoustical Sealant for Concealed Joints:
a.
BA-98; Pecora Corp.
b.
Tremco Acoustical Sealant; Tremco, Inc.
PART 3 - EXECUTION
3.1
EXAMINATION
A.
Examine substrates and structural framing to which acoustical panel ceilings attach or abut, with
Installer present, for compliance with requirements specified in this and other Sections that
ACOUSTICAL PANEL CEILINGS
09 5113 - 5 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
APRIL 25, 2014
affect ceiling installation and anchorage. Do not proceed with installation until unsatisfactory
conditions have been corrected.
3.2
PREPARATION
A.
Coordination: Furnish layouts for cast-in-place anchors, clips, and other ceiling anchors whose
installation is specified in other Sections.
B.
Measure each ceiling area and establish the layout of acoustical panels to balance border
widths at opposite edges of each ceiling. Avoid using less-than-half-width panels at borders,
and conform to the layout shown on reflected ceiling plans.
3.3
INSTALLATION
A.
B.
General: Install acoustical panel ceilings to comply with publications referenced below per
manufacturer's instructions and CISCA "Ceiling Systems Handbook."
1.
Standard for Ceiling Suspension System Installations: Comply with ASTM C 636.
2.
Standard for Ceiling Suspension Systems Requiring Seismic Restraint:
ASTM E 580.
Comply with
Suspend ceiling hangers from building's structural members and as follows:
1.
Install hangers plumb and free from contact with insulation or other objects within ceiling
plenum that are not part of the supporting structure or of the ceiling suspension system.
2.
Splay hangers only where required to miss obstructions; offset resulting horizontal forces
by bracing, countersplaying, or other equally effective means.
3.
Where width of ducts and other construction within ceiling plenum produces hanger
spacings that interfere with the location of hangers at spacings required to support
standard suspension system members, install supplemental suspension members and
hangers in the form of trapezes or equivalent devices. Size supplemental suspension
members and hangers to support ceiling loads within performance limits established by
referenced standards and publications.
4.
Secure wire hangers to ceiling suspension members and to supports above with a
minimum of 3 tight turns. Connect hangers either directly to structures or to inserts, eye
screws, or other devices that are secure, that are appropriate for substrate, and that will
not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures.
5.
Secure flat, angle, channel, and rod hangers to structure, including intermediate framing
members, by attaching to inserts, eye screws, or other devices that are secure and
appropriate for both the structure to which hangers are attached and the type of hanger
involved. Install hangers in a manner that will not cause them to deteriorate or fail due to
age, corrosion, or elevated temperatures.
6.
Do not support ceilings directly from permanent metal forms. Fasten hangers to cast-inplace hanger inserts, powder-actuated fasteners, or drilled-in anchors that extend
through forms into concrete.
7.
Do not attach hangers to steel deck tabs.
8.
Do not attach hangers to steel roof deck. Attach hangers to structural members.
9.
Space hangers not more than 48 inches o.c. along each member supported directly from
hangers, unless otherwise shown; and provide hangers not more than 8 inches from
ends of each member.
ACOUSTICAL PANEL CEILINGS
09 5113 - 6 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
C.
APRIL 25, 2014
Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and
where necessary to conceal edges of acoustical panels.
1.
Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of
moldings before they are installed.
2.
Screw attach moldings to substrate at intervals not over 16 inches o.c. and not more than
3 inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in
12 feet. Miter corners accurately and connect securely.
3.
Do not use exposed fasteners, including pop rivets, on moldings and trim.
D.
Install suspension system runners so they are square and securely interlocked with one
another. Remove and replace dented, bent, or kinked members.
E.
Install acoustical panels with undamaged edges and fitted accurately into suspension system
runners and edge moldings. Scribe and cut panels at borders and penetrations to provide neat,
precise fit.
3.4
1.
For square-edged panels, install panels with edges fully hidden from view by flanges of
suspension system runners and moldings.
2.
For reveal-edged panels on suspension system runners, install panels with bottom of
reveal in firm contact with top surface of runner flanges.
3.
Paint the cut panel edges remaining exposed after installation; match color of exposed
panel surfaces using coating recommended for this purpose by acoustical panel
manufacturer.
4.
Install hold-down clips in areas indicated and in areas required by governing regulations,
or for fire-resistance ratings; space as recommended by panel manufacturer, unless
otherwise indicated or required.
5.
Protect lighting fixtures and air ducts to comply with requirements indicated for fireresistance-rated assembly.
CLEANING
A.
3.5
Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and
suspension system members. Comply with manufacturer's instructions for cleaning and
touchup of minor finish damage. Remove and replace ceiling components that cannot be
successfully cleaned and repaired to permanently eliminate evidence of damage.
ACOUSTICAL CEILING PANEL SCHEDULE
A.
Acoustical Panel Ceiling Designation CL-1: PROVIDE IN ALL ROOMS.
1.
Acoustical Panel Characteristics: Provide panels complying with ASTM E 1264 for
characteristics described below:
a.
Surface Texture: Medium
b.
Composition: Mineral Fiber
c.
Color: White
d.
Size: 48in X 24in X 5/8in and 24in X 24in X 5/8in
e.
Edge Profile: Square Lay-In for interface with AL Prelude Plus XL 15/16" Exposed
Tee.
ACOUSTICAL PANEL CEILINGS
09 5113 - 7 of 8
GREENWICH PUBLIC SCHOOLS
CEILING & LIGHTING REPLACEMENT PROJECT
KSQ ARCHITECTS PROJECT NO. 1417903.00
2.
APRIL 25, 2014
f.
Ceiling Attenuation Class (CAC-35): ASTM C 1414; Classified with UL label (class
A) on product carton, 40
g.
Flame Spread: ASTM E 1264; Fire Resistive
h.
Light Reflectance (LR): ASTM E 1477; White Panel: Light Reflectance: 0.85.
i.
Dimensional Stability: HumiGuard Plus.
j.
Mold/Mildew Inhibitor: The front and back of the product have been treated with
BioBlock, a paint that contains a special
biocide that inhibits or retards the growth of mold or mildew, ASTM D 3273.
k.
Acceptable Product: School Zone Fine Fissured, 465 and 466 as manufactured by
Armstrong World Industries
Suspension System Type: Components: All main beams and cross tees shall be
commercial quality hot-dipped galvanized (galvanized steel, aluminum, or stainless steel)
as per ASTM A 653. Main beams and cross tees are double-web steel construction with
type exposed flange design. Exposed surfaces chemically cleansed, capping pre-finished
galvanized steel (aluminum or stainless steel) in baked polyester paint. Main beams and
cross tees shall have rotary stitching (exception: extruded aluminum or stainless steel).
a.
Structural Classification: Heavy-duty system.
b.
Color: White Aluminum and match the actual color of the selected ceiling tile.
c.
Acceptable Product: AL Prelude Plus XL 15/16" Exposed Tee as manufactured by
Armstrong World Industries, Inc.
d.
High Humidity Finish: Comply with ASTM C 635 requirements for Coating
Classification for Severe Environment Performance where high humidity finishes are
indicated.
e.
SS Prelude Plus by Armstrong World Industries, Inc. - 100% Type 304 STAINLESS
Steel.
f.
AL Prelude Plus by Armstrong World Industries, Inc. - all ALUMINUM
g.
Prelude Plus XL Fire Guard by Armstrong World Industries, Inc., G-60 Hot dipped
galvanized /aluminum capping
h.
Structural Classification: ASTM C 635 duty class.
i.
Color: White aluminum
j.
Attachment Devices: Size for five times design load indicated in ASTM C 635, Table
1, Direct Hung unless otherwise indicated.
k.
Wire for Hangers and Ties: ASTM A 641, Class 1 zinc coating, soft temper, prestretched, with a yield stress load of at least time three design load, but not less than
12 gauge.
l.
Edge Moldings and Trim: Metal or extruded aluminum of types and profiles indicated
or, if not indicated, manufacturer's standard moldings for edges and penetrations,
including light fixtures, that fit type of edge detail and suspension system indicated.
Provide moldings with exposed flange of the same width as exposed runner.
END OF SECTION 09 5113
ACOUSTICAL PANEL CEILINGS
09 5113 - 8 of 8
GREENWICH PUBLIC SCHOOLS
Ceiling & Lighting Renovations - 2014
Old Greenwich School
Drawing List
A000
COVER SHEET
A001
ABBREVIATIONS, SYMBOLS, NOTES & DETAILS
OG-A100
OVERALL WORK PLAN - GROUND / FIRST / SECOND FLOOR
OG-A101
R.C.P. PLAN - NEW WORK / REMOVAL - GROUND FLOOR
OG-A102
R.C.P. PLAN - NEW WORK / REMOVAL - GROUND FLOOR
OG-A103
R.C.P. PLAN - NEW WORK / REMOVAL - FIRST FLOOR (ALTERNATE: OG-1)
OG-A104
R.C.P. PLAN - NEW WORK / REMOVAL - FIRST FLOOR (ALTERNATE: OG-1)
OG-A105
R.C.P. PLAN - NEW WORK / REMOVAL - FIRST FLOOR CORRIDOR (ALTERNATE: OG-2)
OG-A106
R.C.P. PLAN - NEW WORK / REMOVAL - SECOND FLOOR (ALTERNATE: OG:3)
OG-A107
R.C.P. PLAN - NEW WORK / REMOVAL - SECOND FLOOR (ALTERNATE: OG-3)
OG-A108
R.C.P. PLAN - NEW WORK / REMOVAL - SECOND FLOOR (ALTERNATE: OG-3)
GREENWICH PUBLIC SCHOOLS
OLD GREENWICH SCHOOL
KSQ ARCHITECTS, PC
ARCHITECTURE PLANNING DESIGN
NEW YORK OKLAHOMA TEXAS
235 Main Street, Suite 410
WHITE PLAINS NY 10601
T 914.682.3700
F 917.591.7013
DESIGN CONFORMS TO APPLICABLE PROVISIONS OF THE INTERNATIONAL
BUILDING CODE, AND INTERNATIONAL ENERGY CONSERVATION CODE.
Owner:
Greenwich Public Schools
M.E.P. Consultant:
AKF Group
Environmental Consultant:
Hygenix Inc.
290 Greenwich Avenue
Greenwich, CT 06830
Phone: (203) 625-7400
750 East Main St.
Stamford, CT 06902
Phone: (203) 388-1211
49 Woodside St.
Stamford, CT 06902
Phone: (203) 324-2222
ARCHITECT SEAL
COPYRIGHT © 2013 KSQ ARCHITECTS, PC
Location Map
GREENWICH PUBLIC SCHOOLS - Greenwich District Toilet Renovations - 2014 (KSQ Project No. 1417903.00)
BID SUBMISSION #1016-14
APRIL 25, 2014
18
P
N
M
L
K
J
H
G
F
E
D
17
16
15
14
13
12
11
10
9
ANCHOR BOLT
ACOUSTICAL
ACCESS
AIR CONDITIONING
ACCESS FLOOR
ACOUSTICAL PLASTER
ACOUSTICAL TILE
AREA DRAIN
ADDENDUM
ADHESIVE
ADJACENT
ADJUSTABLE
ABOVE FINISHED FLOOR
AIR HANDLING UNIT
ABOVE SUSPENDED CEILING
ALTERNATE
ALUMINUM
ANCHOR, ANCHORAGE
ANODIZED
ACCESS PANEL
APPROXIMATE
ARCHITECT (URAL)
ABOVE SLAB
AUTOMATIC
BBD
BD
BEL
BET
BLDG
BVL
BLK
BLKG
BM
B.O.
BOT
BPL
BRG
BRZ
BS
BW
BULLETIN BOARD
BOARD
BELOW
BETWEEN
BUILDING
BEVELED
BLOCK
BLOCKING
BENCH MARK
BOTTOM OF
BOTTOM
BEARING PLATE
BEARING
BRONZE
BOTH SIDES
BOTH WAYS
CAB
CEM
CER
CFL
CABINET
CEMENT
CERAMIC
COUNTER FLASHING
CFT
CG
CHT
CHAM
CI
CICP
CIR
CIRC
CJ
CK
CLG
CLL
CLR
CM
CMT
CMU
COL
COMB
COMPT
COMPO
COMP
CONC
CONST
CONT
CONTR
CORR
CPT
CR
CRG
CS
CSKDK
CSMT
CUBIC FOOT
CORNER GUARD
CEILING HEIGHT
CHAMFER
CAST IRON
CAST-IN-PLACE CONCRETE
CIRCLE
CIRCUMFERENCE
CONTROL JOINT
CALK (ING) CAULK (ING)
CEILING
CONTRACT LIMIT LINE
CLEAR (ANCE)
CENTIMETER (S)
CERAMIC MOSAIC (TILE)
CONCRETE MASONRY UNIT
COLUMN
COMBINATION
COMPARTMENT
COMPOSITION (COMPOSITE)
COMPRESS (ED),(ION),(IBLE)
CONCRETE
CONSTRUCTION
CONTINUOUS OR CONTINUE
CONTRACT (OR)
CORRUGATED
CARPET (ED)
CHROMIUM (PLATED)
CROSS GRAIN
COUNTER SINK
CLASSROOM SINK W/DRINKING FOUNTAIN
CASEMENT
CT
CTR
CTSK
CX
CYD
CERAMIC TILE
COUNTER
COUNTER SUNK SCREW
CONNECTION
CUBIC YARD
D
DA
DEMO
DEP
DET
DF
DFA
DH
DIAG
DIAM
DIFF
DIM
DISP
DIV
DL
DMBD
DPR
DP
DR
DW
DWG
DWR
DRAIN
DOUBLE ACTING
DEMOLISH, DEMOLISHED, DEMOLITION
DEPRESSED
DETAIL
DRINKING FOUNTAIN
DOWN FROM ABOVE
DOUBLE HUNG
DIAGONAL
DIAMETER
DIFFUSER
DIMENSION
DISPENSER
DIVISION
DEADLOAD
DRY MARKER BOARD
DAMPER
DAMPPROOFING
DOOR
DUMBWAITER, DISHWASHER
DRAWING
DRAWER
E
EB
EF
EIFS
EJ
EL
ELEC
ELEV
EMER
ENC
EOD
EOS
EP
EAST
EXPANSION BOLT
EACH FACE
EXTERIOR INSULATING FINISHING SYSTEM
EXPANSION JOINT
ELEVATION
ELECTRIC (AL)
ELEVATOR
EMERGENCY
ENCLOSE (URE)
EDGE OF DECK
EDGE OF SLAB
ELECTRICAL PANELBOARD
C
7
6
EPS
EQ
EQP
ESC
EST
EWC
EXH
EXIST
EXP
EXT
EXTRUDED POLYSTYRENE
EQUAL
EQUIPMENT
ESCALATOR
ESTIMATE
ELECTRIC WATER COOLER
EXHAUST
EXISTING
EXPOSED
EXTERIOR
FA
FAB
FAS
FBD
FBO
FD
FDCO
FE
FEC
FF
FFE
FFL
FGL
FH
FHMS
FHS
FHWS
FIRE ALARM
FABRIC
FASTEN, FASTENER
FIBER BOARD
FURNISHED BY OTHERS
FLOOR DRAIN
FOOTING DRAIN CLEAN OUT
FIRE EXTINGUISHER
FIRE EXTINGUISHER WITH CABINET
FACTORY FINISH
FINISHED FLOOR ELEVATION
FINISHED FLOOR LINE
FIBER GLASS
FIRE HOSE
FIN
FJT
FLCO
FLR
FLUR
FLX
FO
FOC
FOF
FOM
FOS
FP
FR
FRC
FRC BD
FRP
FRT
FS
FSK
FTL
FT
FUR
FUT
FWP
FLATHEAD MACHINE SCREW
FIRE HOSE STATION
FLATHEAD WOOD SCREW
FINISH (ED)
FLUSH JOINT
FLOOR CLEANOUT
FLOOR (ING)
FLUORESCENT
FLEXIBLE
FACE OF
FACE OF CONCRETE
FACE OF FINISH MATERIAL
FACE OF MASONRY
FACE OF STUDS
FIREPROOF
FRAME (D), (ING)
FIRE-RESISTANT COATING
FIBER REINFORCED CONCRETE BOARD
FIBER REINFORCED PLASTIC
FIRE-RETARDANT
FULL SIZE, FAR SIDE
FLOOR SINK
FULL TILE
FIN TUBE RADIATION ENCLOSURE
FURRED (ING)
FUTURE
FABRIC WRAP PANEL
GA
GA
GB,GWB
GC
GFRC
GFRG
GI
GKT
GL
GLB
GLF
GP
GRN
GSS
GT
GV
GAGE, GAUGE
GAGE, GAUGE
GYPSUM BOARD
GENERAL CONTRACT (OR)
GLASS FIBER REINFORCED GYPSUM
GLASS FIBER REINFORCED CONCRETE
GALVANIZED IRON
GASKET (ED)
GLASS, GLAZING
GLASS BLOCK
GLASS FIBER
GALVANIZED PIPE
GROUND FACE
GALVANIZED STEEL SHEET
GROUT
GALVANIZED
HB
HC
HD
HDW
HES
HH
HM
HOR
HP
HT
HTG
HVAC
HWD
HWH
HX
HOSE BIBB
HOLLOW CORE
HEAVY DUTY
HARDWARE
HIGH EARLY-STRENGTH CEMENT
HANDHOLD, HANDHELD
HOLLOW METAL
HORIZONTAL
HIGH POINT
HEIGHT
HEATING
HEATING/VENTILATING
AIR CONDITIONING
HARDWOOD
HOT WATER HEATER
HEXAGONAL
ID
ILK
INCL
INS
INSC
INSF
INT
INTM
INV
IPS
INSIDE DIAMETER
INTERLOCK
INCLUDE (D), (ING)
INSULATE (D), (ION)
INSULATING CONCRETE
INSULATING FILL
INTERIOR
INTERMEDIATE
INVERT
IRON PIPE SIZE
JC
JT
JF
JANITOR'S CLOSET
JOINT
JOINT FILTER
KCPL
KIT
KO
KPL
KEENE'S CEMENT PLASTER
KITCHEN
KNOCKOUT
KICK PLATE
L
LAB
LAD
LAM
LAV
LB
LBL
LC
LD
LH
LL
LMS
LPF
LP
LT
LTL
LVR
LW
LWC
LENGTH
LABORATORY
LADDER
LAMINATE
LAVATORY
LAG BOLT
LABEL
LIGHT CONTROL
LINEAR DIFFUSER
LEFT HAND
LIVE LOAD
LIMESTONE
LIGHTPROOF
LOW POINT
LIGHT
LINTEL
LOUVER
LIGHTWEIGHT
LIGHTWEIGHT CONCRETE
M
MAS
MAX
MB
MBR
MC
MDF
MECH
MED
MEM
MET
MFD
MFR
MH
MI
MIN
MIR
MISC
MLDG
MM
MO
MOD
MOV
MR
MRB
MRD
MRGB
MT
MTFR
MTL
MTHR
MUA
MULL
MWK
N
NAT
NFHB
NIC
NL
NMT
NOM
NR
NRC
NS
NTS
OA
OBS
OC
OD
OH
OHMS
OHWS
OJ
OP
OPP
OPH
OPS
OPG
METER (S)
MASONRY
MAXIMUM
MACHINE BOLT
MEMBER
MEDICINE
MEDIUM DENSITY FIBERBOARD
MECHANIC (AL)
MEDICAL
MEMBRANE
METAL
METAL FLOOR DECKING
MANUFACTURE (R)
MANHOLE
MALLEABLE IRON
MINIMUM
MIRROR
MISCELLANEOUS
MOLDING, MOULDING
MILLIMETER (S)
MASONRY OPENING
MODULAR
MOVABLE
MOP RECEPTOR
MARBLE
METAL ROOF DECKING
MOISTURE-RESISTANT GYPSUM BOARD
MOUNT (ED), (ING)
METAL FURRING
MATERIAL (S)
METAL THRESHOLD
MAKE UP AIR
MULLION
MILLWORK
NORTH
NATURAL
NONE FREEZE HOSE BIB
NOT IN CONTRACT
NAILABLE
NONMETALLIC
NOMINAL
NOISE REDUCTION
NOISE REDUCTION COEFFICIENT
NEAR SIDE
NOT TO SCALE
OVERALL
OBSCURE
ON CENTER (S)
OUTSIDE DIAMETER
OVERHEAD
OVALHEAD MACHINE SCREW
OVALHEAD WOOD SCREW
OPEN-WEB JOIST
OPAQUE
OPPOSITE
OPPOSITE HAND
OPPOSITE SURFACE
OPENING
P
PAR
PB
PBD
PC
PCF
PE
PED
PERF
PERIM
PFB
PFN
PL
PLAM
PLAS
PLF
PLY
PNL
PISO
PT(D)
PTN
PSF
PSI
PVC
PWD
PAINT
PARALLEL
PANIC BAR
PARTICULAR BOARD
POWDER COAT FINISH
POUNDS PER CUBIC FOOT
PORCELAIN ENAMEL
PEDESTAL
PERFORATE (D)
PERIMETER
PREFABRICATE (D)
PREFINISHED
PLATE
PLASTIC LAMINATE
PLASTER
POUNDS PER LINEAR FOOT
PLY, PLYWOOD
PANEL
POLYISOCYANURATE
PAINT(ED)
PARTITION
POUNDS PER SQUARE FOOT
POUNDS PER SQUARE INCH
POLYVINYL CHLORIDE
PLYWOOD
QT
QUARRY TILE
R
RA
RAD
RAG
RB
RBT
RD
RE
RE:
RFL
REFR
REG
REM
REQ'D
RES
RET
REV
RFH
RH
RL
RM
RO
RISER
RETURN AIR
RADIUS
RETURN AIR GRILLE
RUBBER BASE
RUBBER TILE
ROOF DRAIN
REINFORCE (D), (ING)
REFERENCE
REFLECT (ED), (IVE), (OR)
REFRIGERATOR
REGISTER
REMOVE
REQUIRED
RESILIENT
RETURN
REVISION (S), REVISED
ROOF HATCH
RIGHT HAND
RAIL (ING)
ROOM
ROUGH OPENING
RVS
RVT
REVERSE (SIDE)
RIVET
3
SOUTH
SANITARY
SOLID CORE
SCHEDULE
SCREEN
SECTION
SAFETY GLASS
SHELF, SHELVING
SHORE (D), (ING)
SHEET
SHEATHING
SIMILAR
SKYLIGHT
SLEEVE
SPACE LEFT OVER IN PLAN
AUTOMATIC SMOKE VENT
SEALANT
SOUNDPROOF
SPECIAL COATING
SPECIFICATION (S)
SPEAKER
SPECIAL
SQUARE
SERVICE SINK
STAINLESS STEEL
STEEL
STATION
STANDARD
SEATING
STORAGE
STRUCTURAL
SUSPENDED
SYMMETRY (ICAL)
SYNTHETIC
SYSTEM
T
T&G
TB
TC
TEL
THK
THR
THRU
TREAD
TONGUE AND GROOVE
TACK BOARD (HOMASTOTE, U.O.N.)
TERRA COTTA
TELEPHONE
THICK (NESS)
THRESHOLD
THROUGH
TKBD
TKS
T.O.
TACKBOARD
TACKSTRIP
TOP OF
TOD
TOL
T0S
TPTN
TPD
TR
TSL
TW
TYP
TZ
TOP OF DECK
TOLERANCE
TOP OF STEEL
TOILET PARTITION
TOILET PAPER DISPENSER
TRANSOM
TOP OF SLAB
TOP OF WALL
TYPICAL
TERRAZZO
UC
UG
UON
US
UNDER COUNTER
UNDER GROUND
UNLESS OTHERWISE NOTED
UNDER SIDE
VAR
VB
VB
VCT
VERT
VF
VG
VIF
VIN
VNR
VRM
VT
VWA
VWO
VARNISH
VAPOR BARRIER
VINYL BASE
VINYL COMPOSITION TILE
VERTICAL
VINYL FABRIC
VERTICAL GRAIN
VERIFY IN FIELD
VINYL
VENEER
VERMICULITE
VINYL TILE
VERIFY WITH ARCHITECT
VERIFY WITH OWNER
W
W
W/
WB
WC
WD
WG
WH
WI
WIN
WM
WO
WP
WPF
WSCT
WTW
WWM
WEST
WIDTH, WIDE
WITH
WHITE BOARD
WATER CLOSET
WOOD
WIRED GLASS
WALL HUNG
WROUGHT IRON
WINDOW
WIRE MESH
WITHOUT
WORK POINT
WATERPROOFING
WAINSCOT
WALL TO WALL
WELDED WIRE MESH
G.C.
2
1
SYMBOL LEGEND
P
EXISTING CONSTRUCTION TO REMAIN
S
SAN
SC
SCHED
SCN
SEC
SFGL
SH
SHO
SHT
SHTH
SIM
SKL
SL
SLOIP
SMV
SNT
SP
SPC
SPEC
SPK
SPL
SQ
SSK
SST
ST
STA
STD
STG
STO
STR
SUSP
SYM
SYN
SYS
PARTITION TYPE
A
GENERAL CONTRACTOR
EXISTING CONSTRUCTION TO BE
REMOVED
1
AXX
NEW CONSTRUCTION
SECTION 1 ON SHEET AXX
N
4
OVERHEAD CONDITION
3 AXXX
NEW MILLWORK
MEN'S
LOCKER
011
2
ELEVATION TAG
1
CEILING HEIGHT / MATERIAL
ROOM NAME AND NUMBER
1
DEMOLITION KEY NOTE
A
CONSTRUCTION KEY NOTE
3
REVISION
M
4
A400
DEFINED DETAIL REFERENCE
13'-4"
FF ELEV.
ELEVATION MARK
L
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
TYPICAL FINISHES
KSQ Project #1417903.00
K
FINISH SCHEDULE LEGEND
LEGEND
SIZE
MANUFACTURER
SERIES / MODEL NO. COLOR
DESCRIPTION
LOCATION/REMARKS
ACT-1
2'X2'
ARMSTRONG
SCHOOL ZONE FINE FISSURED
ACOUSTIC CEILING TILE
15/16" CELIING GRID
P-1
-
BENJAMIN MOORE
INTERIOR READY MIX/SUPER
WHITE-1-O2
FLAT
CEILING PAINT
TYPICAL DETAILS
J
GENERAL FINISH NOTES:
GENERAL FINISH NOTES:
1.
SEE REFLECTED CEILING PLANS FOR ADDITIONAL INFORMATION.
2.
ALL FINISHES SHALL APPLY WITH APPLICABLE CODE.
3.
PATCH / REPAIR AND PAINT ALL AREAS DISTURBED IN NEW WORK, MATCH EXISTING.
4.
ITEM NOTES THUS [E] INDICATE EXISTING ITEMS TO REMAIN UNDISTURBED.
PATCH/PAINT DAMAGED AREAS REQUIRED.
- ACOUSTIC CEILING TILE
- CERAMIC TILE
- PAINT
- PLASTER
- MASONRY
- CONCRETE
- GYPSUM BOARD
- WOOD
- RUBBER BASE
- SOLID SURFACING
ACT
CT
P
PL
MAS
CONC.
GB.
WD.
RB.
SS
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
Owner:
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
MEP Engineer:
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
FACE OF EXISTING WALL
NOT TO EXCEED 4'-0"
3
8" MIN. GRID END
CLEARANCE (ALL SIDES)
HANGER WIRE
7/8 "
3
8"
NOTE:
SPLICES AND INTERSECTIONS OF RUNNERS SHALL BE ATTACHED
WITH MECHANICAL INTERLOCKING CONNECTORS SUCH AS
POP RIVETS, SCREWS, PINS, PLATES WITH BENT TABS, OR OTHER
APPROVED CONNECTORS. DESIGN CONNECTORS FOR 2x
DESIGN LOAD OR ULTIMATE AXIAL TENSION OR COMPRESSION
(MINIMUM 60 POUNDS).
1
A001
G
CONTINUOUS CEILING
BRACING @ PERIMETER
HANGER WIRE
ACOUSTICAL TILE
MAIN RUNNER
CROSS RUNNER
WINDOW TRIM
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
INSTALL A.C.T. GRID TO BOTTOM
OF EXISTING WINDOW TRIM.
(TYPICAL ALL CLASSROOMS)
MAIN RUNNER
TYPICAL DETAIL - SUSPENSION SYSTEM
3
SCALE 1" = 1'-0"
A001
TYPICAL DETAIL - A.C.T. DETAIL @ WINDOW TRIM
F
SCALE 1" = 1'-0"
FACE OF EXISTING WALL
NOT TO EXCEED 4'-0"
3" MIN. GRID END
8
CLEARANCE (ALL SIDES)
HANGER WIRE
XFMR
4
5
GENERAL NOTES
ARCH'L ABBREVIATIONS
AB
AC
ACC
A/C
ACFL
ACPL
ACT
AD
ADD
ADH
ADJ
ADJT
AFF
AHU
ASC
ALT
ALUM
ANC
ANOD
AP
APPROX
ARCH
AS
AUTO
8
TRANSFORMER
E
CONTINUOUS CEILING
BRACING @ PERIMETER
ACOUSTICAL TILE
MAIN RUNNER
SYMBOLS USED AS
3
8" MIN. OVERLAP OF THE CEILING
GRID ON THE WALL MOLDING.
ABBREVIATIONS
7" MIN. WALL MOLDING
8
NOTES:
1.
LIGHT FIXTURES GREATER THAN 56lbs. REQUIRE INDEPENDENT SUPPORT FROM STRUCTURE AND CONNECTIONS TO GRID. COORDINATE
WITH MECHANICAL AND ELECTRICAL.
2.
ALL CEILING MOUNTING SERVICES WEIGHING LESS THAN 20lbs. SHALL BE
POSITIVELY ATTACHED TO THE CEILING SUSPENSION
SYSTEM. ALL CEILING MOUNTED SERVICES WEIGHING MORE THAN 20lbs. AND NOT MORE THAN 56lbs. SHALL HAVE CONNECTORS TO
THE GRID AND (2) APPROVED HANGER WIRES. ALL CEILING MOUNTED SERVICES GREATER THAN 56lbs. SHALL HAVE INDEPENDENT
SUPPORT FROM
STRUCTURE. COORDINATE WITH MECHANICAL AND ELECTRICAL.
3.
ACCESSORIES
PROVIDE INSIDE/OUTSIDE CORNER COVERS AT THE 90° CORNERS. PROVIDE CEILING BRACING. PROVIDE HOLD DOWN CLIPS IN
ACCORDANCE TO UL DESIGN ASSEMBLY.
ANGLE
CENTER LINE
CHANNEL
PENNY
PERPENDICULAR
SEAL
D
PLATE
DIAMETER
2
A001
TYPICAL DETAIL - A.C.T. SUSPENSION
C
SCALE 1" = 1'-0"
KEY PLAN
REVISIONS
No.
B
Description
Date
B
A
A
18
17
16
15
14
13
12
11
10
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
SYMBOLS, NOTES,
ABBREVIATIONS, LEGEND
SHEET
NUMBER:
OG-A001
18
17
16
14
15
12
13
11
10
9
8
7
6
5
4
3
2
1
P
P
ALT OG-3
ALT OG-1
ALT OG-3
ALT OG-3
N
N
ALT OG-3
ALT OG-2
M
M
ALT OG-3
L
L
ALT OG-1
ALT OG-3
ALT OG-3
K
3
OG-A100
ALT OG-1
ALT OG-3
OVERALL WORK AREA - SECOND FLOOR
SCALE: N.T.S.
ALT OG-1
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
OVERALL WORK AREA - FIRST FLOOR
2
OG-A100
ALTERNATE OG-3
SCALE: N.T.S.
KSQ Project #1417903.00
K
ALTERNATE OG-1
J
J
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
Owner:
H
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
MEP Engineer:
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
G
G
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
F
F
E
E
SEAL
D
D
C
C
KEY PLAN
REPLACEMENT OF EXISTING RECESSED LIGHT FIXTURES
THROUGHOUT GROUND FLOOR CORRIDOR AS PART OF BASE BID.
REVISIONS
No.
B
Description
Date
B
A
1
OG-A100
18
17
16
15
14
13
A
OVERALL WORK AREA - GROUND FLOOR
SCALE: N.T.S.
12
11
10
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
April 25, 2014
SCALE:
As Noted
SHEET
NAME:
OVERALL FLOOR PLAN WORK AREA
SHEET
NUMBER:
OG-A100
18
17
16
14
15
12
13
11
10
9
8
7
6
4
5
3
2
1
DEMO LEGEND:
P
A
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
B
C
P
D
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
DEMOLITION NOTES:
N
N
1
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
2
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
M
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
M
A
B
C
D
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
CEILING SCHEDULE
K
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A.
2' X 2' ACOUSTICAL, LAY-IN
B.
2' X 4' ACOUSTICAL, LAY-IN
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
A
B
C
D
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
A
CEILING MOUNT EXIT LIGHT
FIRST FLOOR R.C.P. NEW WORK - TEACHERS LOUNGE
WALL MOUNT EXIT LIGHT
H
8
SUPPLY AIR GRILL
OG-A101
RETURN AIR GRILL
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
B
C
D
Owner:
6
SCALE 1/4" = 1'-0"
OG-A101
FIRST FLOOR R.C.P. PLAN - NEW WORK - #12
SCALE 1/4" = 1'-0"
FIRST FLOOR R.C.P. PLAN - NEW WORK - #2
4
OG-A101
SCALE 1/4" = 1'-0"
H
FIRST FLOOR R.C.P. PLAN - NEW WORK - #1
2
OG-A101
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
SCALE 1/4" = 1'-0"
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
G
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
NEW WORK NOTES
2
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
A
F
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
B
2
TYP.
2
2
2
TYP.
TYP.
TYP.
F
2
TYP.
TYP.
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
C
D PROVIDE FIXTURE AS INDICATED ON PLANS
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
E
E
E
SEAL
1
3
4
D
1
3
4
D
ELECTRICAL NOTES:
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
1
3
4
2
1
3
4
2
2
TYP.
TYP.
C
KEY PLAN
REVISIONS
No.
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
4
A
18
17
Date
B
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
3
Description
7
OG-A101
16
FIRST FLOOR R.C.P. NEW WORK - TEACHERS LOUNGE
5
SCALE 1/4" = 1'-0"
15
14
OG-A101
13
12
FIRST FLOOR R.C.P. PLAN - REMOVALS - #12
SCALE 1/4" = 1'-0"
11
10
9
3
OG-A101
8
FIRST FLOOR R.C.P. PLAN - REMOVALS - #2
SCALE 1/4" = 1'-0"
7
6
5
1
OG-A101
4
A
FIRST FLOOR R.C.P. PLAN - REMOVALS - #1
SCALE 1/4" = 1'-0"
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
GROUND FLOOR
SHEET
NUMBER:
OG-A101
18
17
16
15
14
12
13
11
10
9
8
7
6
5
4
3
2
1
DEMO LEGEND:
P
P
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
A
B
C
D
DEMOLITION NOTES:
N
N
1
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
2
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
M
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
M
A
B
C
D
A
B
C
D
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
CEILING SCHEDULE
K
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A.
2' X 2' ACOUSTICAL, LAY-IN
B.
2' X 4' ACOUSTICAL, LAY-IN
2
OG-A102
FIRST FLOOR R.C.P. PLAN - NEW WORK - #6, #7, #8
SCALE 1/4" = 1'-0"
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
CEILING MOUNT EXIT LIGHT
Owner:
WALL MOUNT EXIT LIGHT
H
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
SUPPLY AIR GRILL
RETURN AIR GRILL
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
G
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
NEW WORK NOTES
F
A
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
B
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
C
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
F
2
TYP.
D PROVIDE FIXTURE AS INDICATED ON PLANS
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
E
E
1
3
4
E
SEAL
D
ELECTRICAL NOTES:
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
D
2
TYP.
2
2
TYP.
TYP.
1
3
4
1
3
4
C
KEY PLAN
1
OG-A102
FIRST FLOOR R.C.P. PLAN - REMOVALS - #6, #7, #8
SCALE 1/4" = 1'-0"
REVISIONS
2
2
TYP.
TYP.
No.
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
4
A
18
17
Date
B
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
3
Description
A
16
15
14
13
12
11
10
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
GROUND FLOOR
SHEET
NUMBER:
OG-A102
18
17
16
15
14
12
13
11
10
9
8
7
6
5
4
3
2
1
DEMO LEGEND:
P
A
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
B
C
P
D
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
DEMOLITION NOTES:
N
N
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
1
B
C
D
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
2
M
A
B
C
M
D
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
A
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
CEILING SCHEDULE
K
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A.
2' X 2' ACOUSTICAL, LAY-IN
B.
2' X 4' ACOUSTICAL, LAY-IN
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
2
CEILING MOUNT EXIT LIGHT
OG-A102
WALL MOUNT EXIT LIGHT
H
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
FIRST FLOOR R.C.P. PLAN - NEW WORK - #23, #24, #25
SCALE 1/4" = 1'-0"
Owner:
ALTERNATE OG-1
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
SUPPLY AIR GRILL
RETURN AIR GRILL
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
G
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
NEW WORK NOTES
F
A
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
B
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
C
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
F
2
TYP.
1
3
4
D PROVIDE FIXTURE AS INDICATED ON PLANS
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
E
2
2
TYP.
TYP.
E
E
SEAL
D
D
2
ELECTRICAL NOTES:
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
TYP.
1
3
4
1
3
4
1
3
4
C
KEY PLAN
REVISIONS
No.
A
18
17
Date
TYP.
B
1
2
OG-A102
TYP.
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
4
Description
2
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
3
TYP.
2
FIRST FLOOR R.C.P. PLAN - REMOVALS - #23, #24, #25
SCALE 1/4" = 1'-0"
2
ALTERNATE OG-1
TYP.
1
16
15
14
13
12
11
10
A
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
GROUND FLOOR
SHEET
NUMBER:
OG-A103
18
17
16
15
14
13
12
11
10
9
8
7
6
4
5
3
2
1
DEMO LEGEND:
P
P
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
DEMOLITION NOTES:
N
N
1
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
2
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
M
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
M
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
CEILING SCHEDULE
K
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A.
2' X 2' ACOUSTICAL, LAY-IN
B.
2' X 4' ACOUSTICAL, LAY-IN
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
CEILING MOUNT EXIT LIGHT
Owner:
WALL MOUNT EXIT LIGHT
H
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
SUPPLY AIR GRILL
RETURN AIR GRILL
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
G
A
B
C
D
A
B
C
HYGENIX, INC.
D
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
NEW WORK NOTES
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
A
F
B
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
C
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
6
OG-A104
FIRST FLOOR R.C.P. PLAN - NEW WORK - #22
SCALE 1/4" = 1'-0"
4
OG-A104
ALTERNATE OG-1
FIRST FLOOR R.C.P. PLAN - NEW WORK - #20, #21
SCALE 1/4" = 1'-0"
2
OG-A104
ALTERNATE OG-1
Environmental Consultant:
FIRST FLOOR R.C.P. PLAN - NEW WORK - #28
SCALE 1/4" = 1'-0"
ALTERNATE OG-1
F
D PROVIDE FIXTURE AS INDICATED ON PLANS
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
E
E
2
2
TYP.
E
TYP.
SEAL
ELECTRICAL NOTES:
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
3
1
3
4
1
3
4
D
D
C
KEY PLAN
2
2
TYP.
TYP.
REVISIONS
No.
A
18
17
Date
B
5
OG-A104
FIRST FLOOR R.C.P. PLAN - REMOVALS - #22
SCALE 1/4" = 1'-0"
3
OG-A104
ALTERNATE OG-1
FIRST FLOOR R.C.P. PLAN - REMOVALS - #20, #21
SCALE 1/4" = 1'-0"
1
OG-A104
ALTERNATE OG-1
FIRST FLOOR R.C.P. PLAN - REMOVALS - #28
SCALE 1/4" = 1'-0"
ALTERNATE OG-1
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
4
Description
A
16
15
14
13
12
11
10
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
FIRST FLOOR
SHEET
NUMBER:
OG-A104
18
17
16
14
15
12
13
11
10
9
8
7
6
4
5
3
2
1
DEMO LEGEND:
P
P
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
DEMOLITION NOTES:
N
N
1
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
2
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
M
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
M
A
B
C
D
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
CEILING SCHEDULE
K
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A.
2' X 2' ACOUSTICAL, LAY-IN
B.
2' X 4' ACOUSTICAL, LAY-IN
2
OG-A105
FIRST FLOOR R.C.P. PLAN - NEW WORK - FIRST FL. CORRIDOR
3/16" = 1'-0"
SCALE 1/4"
ALTERNATE OG-2
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
CEILING MOUNT EXIT LIGHT
Owner:
WALL MOUNT EXIT LIGHT
H
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
SUPPLY AIR GRILL
RETURN AIR GRILL
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
F
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
B
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
G
Environmental Consultant:
HYGENIX, INC.
1
3
4
NEW WORK NOTES
A
TYP.
2
TYP.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
1
3
4
F
2
TYP.
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
C
D PROVIDE FIXTURE AS INDICATED ON PLANS
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
E
2
2
2
2
2
TYP.
TYP.
TYP.
TYP.
TYP.
E
1
3
4
1
3
4
1
3
4
E
SEAL
D
D
ELECTRICAL NOTES:
2
2
TYP.
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
2
TYP.
1
OG-A105
TYP.
FIRST FLOOR R.C.P. PLAN - REMOVALS - FIRST FL. CORRIDOR
SCALE 3/16"
1/4" = 1'-0"
1
3
4
ALTERNATE OG-2
1
3
4
2
TYP.
C
KEY PLAN
REVISIONS
No.
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
4
A
18
17
Date
B
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
3
Description
A
16
15
14
13
12
11
10
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
FIRST FLOOR CORRIDOR
SHEET
NUMBER:
OG-A105
18
17
16
14
15
13
12
11
10
9
8
7
6
4
5
3
2
1
TYP.
DEMO LEGEND:
P
P
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
2
TYP.
DEMOLITION NOTES:
N
N
1
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
2
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
M
M
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
1
3
4
2
TYP.
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
A
CEILING SCHEDULE
4
OG-A106
K
B
C
D
SECOND FLOOR R.C.P. PLAN - NEW WORK - #35
SCALE 1/4" = 1'-0"
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
3
OG-A106
ALTERNATE OG-3
SECOND FLOOR R.C.P. PLAN - REMOVALS - #35
SCALE 1/4" = 1'-0"
ALTERNATE OG-3
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A.
2' X 2' ACOUSTICAL, LAY-IN
B.
2' X 4' ACOUSTICAL, LAY-IN
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
CEILING MOUNT EXIT LIGHT
Owner:
WALL MOUNT EXIT LIGHT
H
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
SUPPLY AIR GRILL
RETURN AIR GRILL
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
G
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
NEW WORK NOTES
F
A
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
B
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
C
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
F
A
D PROVIDE FIXTURE AS INDICATED ON PLANS
E
C
D
A
B
C
D
A
B
C
D
SECOND FLOOR R.C.P. PLAN - NEW WORK - #30a, #31, #32a, #33, #34a
2
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
B
OG-A106
SCALE 1/4" = 1'-0"
E
ALTERNATE OG-3
E
SEAL
ELECTRICAL NOTES:
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
1
3
4
1
3
4
D
2
2
TYP.
TYP.
2
TYP.
2
1
3
4
TYP.
1
3
4
1
3
4
REVISIONS
No.
17
TYP.
2
TYP.
A
1
OG-A106
18
Date
2
TYP.
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
A
Description
B
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
4
C
KEY PLAN
2
3
D
16
15
SECOND FLOOR R.C.P. PLAN - REMOVALS - #30a, #31, #32a, #33, #34a
SCALE 1/4" = 1'-0"
14
ALTERNATE OG-3
13
12
11
10
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
SECOND FLOOR
SHEET
NUMBER:
OG-A106
18
17
16
14
15
12
13
11
10
9
8
7
6
4
5
3
2
1
DEMO LEGEND:
P
A
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
B
C
P
D
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
DEMOLITION NOTES:
N
N
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
1
B
C
D
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
2
M
A
B
C
D
A
B
C
M
D
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
A
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
CEILING SCHEDULE
K
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A.
2' X 2' ACOUSTICAL, LAY-IN
B.
2' X 4' ACOUSTICAL, LAY-IN
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
2
CEILING MOUNT EXIT LIGHT
OG-A107
SECOND FLOOR R.C.P. PLAN - NEW WORK - #36, #37, #38, #39a
SCALE 1/4" = 1'-0"
ALTERNATE OG-3
WALL MOUNT EXIT LIGHT
H
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
Owner:
H
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
SUPPLY AIR GRILL
RETURN AIR GRILL
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
G
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
NEW WORK NOTES
F
A
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
B
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
C
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
F
2
TYP.
1
3
4
D PROVIDE FIXTURE AS INDICATED ON PLANS
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
E
E
2
2
TYP.
TYP.
E
SEAL
2
TYP.
D
D
2
ELECTRICAL NOTES:
TYP.
2
TYP.
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
1
3
4
1
3
4
C
KEY PLAN
REVISIONS
A
18
17
Description
Date
TYP.
2
TYP.
B
1
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
4
No.
2
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
3
1
3
4
OG-A107
16
15
14
13
12
SECOND FLOOR R.C.P. PLAN - REMOVALS - #36, #37, #38, #39a
SCALE 1/4" = 1'-0"
11
ALTERNATE OG-3
10
9
A
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
SECOND FLOOR
SHEET
NUMBER:
OG-A107
18
17
16
14
15
12
13
11
10
9
8
7
6
4
5
3
2
1
DEMO LEGEND:
P
P
DASHED LINES REPRESENT ITEMS TO
REQUIRE DEMO WORK.
A
CONTINUOUS LINES REPRESENT
EXISTING ITEMS TO REMAIN.
B
C
D
DEMOLITION NOTES:
N
N
1
G.C : REMOVE EXISTING CEILING TILES AND
PERFORM ASSOCIATED WORK AS DETAILED
IN SPECIFICATION SECTION 02 0810
ASBESTOS ABATEMENT AND DISPOSAL.
EXISTING LIGHT FIXTURES SHALL REMAIN
AND FUNCTION AT THE COMPLETION OF
THE ABATEMENT.
2
G.C: DISCONNECT AND REMOVE EXISTING
LIGHTING FIXTURE AND DISPOSE OF
FIXTURE PROPERLY. MAINTAIN EXISTING
BRANCH CIRCUIT WIRING FOR
RECONNECTION TO REPLACEMENT
FIXTURE.
M
A
B
C
D
REMOVE ACOUSTIC CEILING TILE, GRID
SYSTEM, SUPPORT, LIGHTING FIXTURE AND
DIFFUSERS COMPLETE. COORDINATE WORK
WITH OTHER REQUIREMENTS INCLUDED IN
SPECIFICATION SECTION 02 0810 ASBESTOS ABATEMENT AND DISPOSAL
3
L
M
L
REMOVE EXISTING CEILING ACCESSORIES
(PROJECTORS, SCREENS, CEILING MOUNTED
HVAC UNITS & ELEC. CABLES) COMPLETE
AND STORE FOR REINSTALLATION.
4
A
B
C
D
285 Sound Beach Ave
Old Greenwich School
Old Greenwich, CT 06870
CEILING SCHEDULE
K
KSQ Project #1417903.00
K
CEILING MATL. DESCRIPTION (SEE BELOW)
ASTERISK INDICATES FIRE RATING REQ'D
CEILING HEIGHT A.F.F.
A
B
A.
2' X 2' ACOUSTICAL, LAY-IN
C
D
B.
2' X 4' ACOUSTICAL, LAY-IN
8' LONG PENDANT LIGHT FIXTURE:
METALUX HORIZON II - O5K SERIES (3-T8)
J
J
2' X 4' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-2)
KSQ ARCHITECTS, PC
ARCHITECTURE·PLANNING·DESIGN
NEW YORK · OKLAHOMA · TEXAS · DENVER
235 Main Street, Suite 410
White Plains, NY 10601
Tel: 914.682.3700
Fax: 917.591.7013
2' X 2' LAY-IN/RECESSED LIGHT FIXTURE
DAY-BRITE (DP-G-1)
CEILING MOUNT EXIT LIGHT
FIRST FLOOR R.C.P. PLAN - NEW WORK - #43
8
WALL MOUNT EXIT LIGHT
H
OG-A108
SUPPLY AIR GRILL
SCALE 1/4" = 1'-0"
FIRST FLOOR R.C.P. PLAN - NEW WORK - #42
6
OG-A108
ALTERNATE OG-3
SCALE 1/4" = 1'-0"
FIRST FLOOR R.C.P. PLAN - NEW WORK - #41
4
OG-A108
ALTERNATE OG-3
SCALE 1/4" = 1'-0"
2
OG-A108
ALTERNATE OG-3
FIRST FLOOR R.C.P. PLAN - NEW WORK - #40
SCALE 1/4" = 1'-0"
Owner:
H
ALTERNATE OG-3
GREENWICH PUBLIC SCHOOLS
290 Greenwich Avenue
Greenwich, CT 06830
Tel. 203.625.7400
RETURN AIR GRILL
MEP Engineer:
CEILING MOUNTED VACANCY SENSOR
AKF GROUP LLC
750 East Main Street
Suite 501
Stamford, CT 06902
Tel: 203.323.4333
SURFACE WALL MOUNTED EMERGENCY
LIGHTING UNIT
G
NOTE: REFER TO MECHANICAL AND ELECTRICAL
DWGS FOR MORE INFORMATION
G
Environmental Consultant:
HYGENIX, INC.
49 Woodside Street
Stamford, CT 06902
Tel: 203.323-2222
NEW WORK NOTES
PROVIDE NEW 'T' BARS TO CREATE 2' X 2'
GRID. CONTRACTOR SHALL MODIFY EXISTING
CEILING GRID AS REQUIRED FOR INSTALLATION
OF NEW CEILING COMPONENTS.
A
F
B
GENERAL CONTRACTOR SHALL PROVIDE NEW
CEILING TILES AS SPECIFIED IN SPECIFICATION
SECTION 09 5113 ACOUSTIC PANEL CEILINGS.
C
PROVIDE NEW CEILING SYSTEM COMPLETE,
INCLUDING ALL ACOUSTIC TILES, LIGHTING,
HVAC DIFFUSERS AND METAL GRID SYSTEM AS
INDICATED ON FLOOR PLANS.
2
2
TYP.
TYP.
F
1
3
4
D PROVIDE FIXTURE AS INDICATED ON PLANS
AND RECONNECT EXISTING BRANCH CIRCUIT
WIRING TO REPLACEMENT FIXTURE. PROVIDE
#12 AWG BRANCH CIRCUIT WIRING AND
EXTEND AS REQUIRED TO COMPLETE
RECONNECTION TO EXISTING BRANCH
CIRCUIT. G.C. TO PROVIDE NEW VACANCY
SENSOR IN EACH SPACE.
E
E
1
3
4
E
D
1
3
4
ELECTRICAL NOTES:
C
ELECTRICAL CONTRACTOR SHALL
RE-USE EXISTING CIRCUIT WHICH
BECOME SPARE DUE TO DEMOLITION.
RE-USE EXISTING HOME RUNS,
CIRCUITS IN THE CEILING, & SWITCH
LEGS. PROVIDE NEW WIRING, HOME
RUNS, AND SWITCH LEGS & CONDUIT
TO NEW LIGHTING FIXTURES.
B
IN THE EVENT THAT THE EXISTING
DEDICATED LIGHTING CIRCUITS ARE
NOT SUFFICIENT FOR THE NEW
LIGHTING FIXTURE LAYOUT, THE
ELECTRICAL CONTRACTOR SHALL WIRE
CIRCUITS TO PANEL. ALL FIXTURES
SHALL BE PROVIDED TO MATCH
BUILDING STANDARD. PROVIDE
ADDITIONAL HOME RUNS TO EXISTING
LIGHTING PANEL BOARDS AS REQUIRED
FOR THE COMPLETION OF NEW WORK.
1
2
EM/NL FIXTURES SHALL BE PROVIDED
WITH 90 MINUTE BATTERY BACKUP
AND TIED TO HOT LEG. TIE HOT LEG TO
EMERGENCY GENERATOR CIRCUIT ON
FLOOR. TYPICAL FOR ALL FIXTURES
AND EXIT SIGNS.
3
2
SEAL
TYP.
D
1
3
4
C
KEY PLAN
2
2
TYP.
2
2
TYP.
TYP.
2
TYP.
TYP.
REVISIONS
No.
A
18
17
Date
B
FIRST FLOOR R.C.P. PLAN - REMOVALS - #43
7
OG-A108
SCALE 1/4" = 1'-0"
5
OG-A108
ALTERNATE OG-3
FIRST FLOOR R.C.P. PLAN - REMOVALS - #42
SCALE 1/4" = 1'-0"
ALTERNATE OG-3
FIRST FLOOR R.C.P. PLAN - REMOVALS - #41
3
OG-A108
SCALE 1/4" = 1'-0"
1
OG-A108
ALTERNATE OG-3
FIRST FLOOR R.C.P. PLAN - REMOVALS - #40
SCALE 1/4" = 1'-0"
ALTERNATE OG-3
PROVIDE VACANCY SESORS IN EACH
ROOM, COORDINATE LOCATION WITH
ARCHTECT. CIRCUIT TO EXISTING
SWITCH LEG AND INSTALL IN
LOCATION OF EXISTING SWITCH BANK.
4
Description
A
16
15
14
13
12
11
10
9
8
7
6
5
4
3
2
1
COPYRIGHT C 2014 KSQ ARCHITECTS, PC .
ISSUED:
Bid Documents
DATE:
SCALE:
April 25, 2014
As Noted
SHEET
NAME:
R.C.P. - NEW WORK / REMOVAL
SECOND FLOOR
SHEET
NUMBER:
OG-A108