42
1 City of New Britain DEPARTMENT OF PUBLIC WORKS 27 West Main Street, New Britain, CT 06051 (860) 826-3350 Bid Addendum No. 3 Project: New Britain Dog Pound Public Bid #3259 Subject: Extension of Opening Date - Amended Specifications Date: April 19, 2006 1. The Bid Opening date has been changed from April 26, 2006 to May 3, 2006 at 11:00 AM. 2. The following are revised specifications: Changes to the specifications Remove Section 09715 Poured Resinous Flooring Add section 09716 Self-Leveling Seamless Flooring System Changes to the drawings Provide a Self-Leveling Seamless Flooring System with broadcast aggragate in lieu of the Poured Resinous Flooring as specified in the drawings. Substitute the provision of a the Self-Leveling Seamless Flooring System at all locations, base bid and alternates, where provision of the Poured Resinous Flooring is called for in the drawings Clarifications Seamless Flooring System Contractor is to provide a moisture test at the existing concrete slabs and dog runs prior to installation of the system to verify the products capacity for adhesion to said substrates. SECTION 09716 SELF-LEVELING SEAMLESS FLOORING SYSTEM PART 1 - GENERAL 1.00 RELATED DOCUMENTS The City of New Britain Bid Requirements and Conditions Document and Division 1, General Requirements, are a part of this Section and shall be binding on the Contractor and/or Subcontractor who performs this work. Note also all Addenda. 1.01 SYSTEM DESCRIPTION A. This work shall consist of the removal of existing coatings and/or preparation of the substrate, the furnishing and application of a methyl methacrylate (MMA) based self leveling seamless flooring system with quartz broadcast and pigmented topcoats. New Britain: A City for All People

City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

1

City of New Britain

DEPARTMENT OF PUBLIC WORKS

27 West Main Street, New Britain, CT 06051 (860) 826-3350

Bid Addendum No. 3

Project: New Britain Dog Pound

Public Bid #3259

Subject: Extension of Opening Date - Amended Specifications

Date: April 19, 2006

1. The Bid Opening date has been changed from April 26, 2006 to May 3, 2006 at 11:00 AM. 2. The following are revised specifications:

Changes to the specifications

Remove Section 09715 Poured Resinous Flooring

Add section 09716 Self-Leveling Seamless Flooring System

Changes to the drawings

Provide a Self-Leveling Seamless Flooring System with broadcast aggragate in lieu of the Poured Resinous Flooring as specified in the drawings. Substitute the provision of a the Self-Leveling Seamless Flooring System at all locations, base bid and alternates, where provision of the Poured Resinous Flooring is called for in the drawings

Clarifications

Seamless Flooring System Contractor is to provide a moisture test at the existing concrete slabs and dog runs prior to installation of the system to verify the products capacity for adhesion to said substrates.

SECTION 09716

SELF-LEVELING SEAMLESS FLOORING SYSTEM

PART 1 - GENERAL

1.00 RELATED DOCUMENTS

The City of New Britain Bid Requirements and Conditions Document and Division 1, General Requirements, are a part of this Section and shall be binding on the Contractor and/or Subcontractor who performs this work. Note also all Addenda.

1.01 SYSTEM DESCRIPTION

A. This work shall consist of the removal of existing coatings and/or preparation of the substrate, the furnishing and application of a methyl methacrylate (MMA) based self leveling seamless flooring system with quartz broadcast and pigmented topcoats.

New Britain: A City for

All People

Page 2: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

2

B. The system shall have the color, texture, and thickness specified by the Engineer. It shall be applied

to the prepared area(s) as defined in the plans strictly in accordance with the Manufacturer's recommendations.

C. Provide system in compliance with requirements of United States Department of Agriculture (USDA), Food and Drug Administration (FDA) and local Health Department.

1.02 SUBMITTALS

A. Product Data

1. Latest edition of Manufacturer's literature including performance data and installation procedures.

B. Samples

1. A 6-inch (150 mm) square sample of the proposed system. Color, texture, and thickness shall be representative of overall appearance of finished system.

1.03 QUALITY ASSURANCE

A. Qualifications

1. The Manufacturer shall have a minimum of 10 years experience in the production, sales, and technical support of industrial flooring, coloring aggregate and related materials.

2. The Applicator shall have the Manufacturer s written approval that he is qualified by training and experience to execute the work, as a Manufacturer s approved applicator.

3. Proposed suppliers of "or equal" products shall be required to meet all provisions of this specification as well as provide evidence for compatibility between components to the satisfaction of the Engineer.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Packing and Shipping

1. All components of the system shall be delivered to the site in the Manufacturer's packaging, clearly identified with the product type and batch number.

B. Storage and Protection

1. The Applicator shall be provided with a storage area for all components. The area shall be cool, dry, out of direct sunlight and in accordance with the Manufacturer's recommendations and relevant health and safety regulations.

2. Copies of Material Safety Data Sheets (MSDS) for all components shall be kept on site for review by the Engineer or other personnel.

1.05 PROJECT CONDITIONS

A. Environmental Requirements

Page 3: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

3

1. Application may proceed while air and substrate temperatures are between 32 F (0 C) and 95 F

(35 C) providing the substrate is above the dew point. Outside of this range, the Manufacturer shall be consulted.

2. The Applicator shall ensure that adequate ventilation is available for the work area.

3. The Applicator shall be supplied with adequate lighting equal to the final lighting level during the preparation and installation of the system.

4. The Applicator shall be provided with adequate disposal facilities for non-hazardous waste generated during installation of the system.

B. Safety Requirements

1. All open flames and spark-producing equipment shall be removed from the work area prior to commencement of application.

2. "No Smoking" signs shall be posted at the entrances to the work area.

3. The Engineer shall be responsible for the removal of foodstuffs from the work area.

4. Non-related personnel in the work area shall be kept to a minimum.

PART 2 - PRODUCTS

2.01 MANUFACTURERS

A. DUR-A-FLEX, Inc. 95 Goodwin Street East Hartford, CT 06108 Phone: (860) 528-9838 Fax: (860) 528-2802

2.02 MATERIALS

A. Primer

1. The primer shall be a solvent-free, 100% reactive, acrylic-based, two-component resin capable of full cure in 40 minutes at 68 F (20 C), and equal to DUR-A-FLEX, Inc. Cryl-A-Prime P-101.

B. Topping

1. The topping shall consist of the following:

a. A solvent-free, 100% reactive, acrylic-based, two-component resin capable of full cure in less than one hour at 68 F (20 C), and equal to DUR-A-FLEX, Inc. Cryl-A-Glaze G-201.

b. A filler component consisting of graded silica sands and other inert fillers equal to DUR-A-FLEX, Inc. SLFiller Blend.

Page 4: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

4

2. The topping shall meet or exceed the following properties as related to laboratory-prepared

samples tested at 68 F (20 C) and 24 hour cure where applicable:

Percent Reactive, % 100 Water Absorption, ASTM D570, % 0.04 Compressive Strength, ASTM C109, psi 8,000 Tensile Strength, ASTM D638, psi 2,000

ASTM C307, psi 1,350 Flexural Strength, ASTM D790, psi 3,700

ASTM C580, psi 2,700 Flexural Modules, ASTM D790, psi 4.7 x 105

Electrical Resistivity, ASTM D257 Volume resistance. ohm-cm 1015

Surface resistance, ohm 1012

Pot Life @ 68 F , minutes 10-20 Cure Time @ 68 F, minutes 40-60 Recoat Time @ 68 F, minutes 60

Multi-coat Application, solution weld yes

C. Typical Chemical Resistance Properties

Chemical Agent

Resistance

Weak Acid Excellent Strong Acid Slight Salt Solution Excellent Gasoline, oil, grease Excellent Sunlight, UV Excellent

D. Broadcast

1. Material shall consist of clean, dry with less than 0.2% moisture flintshot or Q-Rok sand or special aggregate as supplied by DUR-A-FLEX, Inc.

E. Topcoat

1. The topcoat shall be a solvent-free, 100% reactive, acrylic based, two-component resin capable of full cure in less than one hour at 68 F (20 C), and equal to DUR-A-FLEX, Inc. Cryl-A-Top T-301.

2.03 AUXILIARIES

A. Pitching

1. If pitching to drains is required by the Engineer, a polymer mortar (such as CRYL-A-TEX )compatible with the system shall be used in accordance with the Manufacturer s recommendations. Pitching shall be installed on primed substrates.

B. Cove Base

1. When specified by the Engineer, cove base consisting of a trowel applied acrylic resin system shall be installed in accordance with the manufacture s recommendations. Cove base shall be installed on primed surfaces prior to the installation of the floor topping.

Page 5: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

5

PART 3 - EXECUTION

3.01 PREPARATION

A. Protection

1. The Applicator shall be responsible for the protection of equipment and adjacent areas from contamination.

B. Surface Preparation

1. Cast-in-Place Concrete

a. New concrete shall have cured a minimum of twenty-eight days in accordance with ACI-308.

b. Sealers and curing agents are not to be used.

c. New and existing concrete surfaces shall be free of oil, grease, curing compounds, loose particles, moss, algae growth, laitance, friable matter, dirt, and bituminous products.

d. Removal of contaminants and surface preparation shall be performed by means approved by the Engineer to an agreed standard.

e. The substrate shall be sounded and all spalls repaired prior to placement of the prime coat. Spalls shall be repaired with rapid cure concrete patch materials per the Engineer and Manufacturer's recommendations.

f. There shall be no visible moisture present on the surface at the time of application of the system. Compressed oil-free air and/or a light passing of a propane torch may be used to dry the substrate.

g. Where the perimeter of the substrate to be coated is not adjacent to a wall or curb, a minimum 1/4 inch (6 mm) key cut shall be made to properly seat the system, providing a smooth transition between areas. This detail cut shall also apply to drain perimeters and expansion joint edges.

2. Related Materials

a. The Manufacturer shall be consulted to determine feasibility of application and recommended preparation.

C. Inspection

1. Prior to priming of the surface, the Engineer and the Applicator shall inspect and approve the prepared substrate.

Page 6: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

6

2. Random tests for adequate bond strength shall be conducted on the substrate, in accordance

with the Manufacturer's recommendations, at a minimum frequency of three tests per 5000 ft2

(500 m2). Smaller areas shall receive a minimum of three tests.

3 Based on the test results, the Engineer may request additional substrate preparation before proceeding with the installation of the system.

4. Cracks and Joints shall be treated in accordance with the system Manufacturer's recommendations as approved or directed by the Engineer.

3.02 APPLICATION

A. General

1. The system shall be applied in five distinct steps as listed below:

a. Substrate preparation b. Priming c. Topping/overlay application with aggregate broadcast d. Topcoat / Sealer application e. Second topcoat / sealer application

2. Concrete surfaces on grade shall have been constructed with a vapor barrier to protect against the effects of vapor transmission and possible delamination of the system.

3. Immediately prior to the application of any component of the system, the surface shall be dry and any remaining dust or loose particles shall be removed using a vacuum or clean, dry, oil-free compressed air.

4. The handling, mixing and addition of components shall be performed in a safe manner to achieve the desired results in accordance with the Manufacturer's recommendations as approved or directed by the Engineer.

5. The system shall follow the contour of the substrate unless pitching or other leveling work has been specified by the Engineer.

6. A neat finish with well-defined boundaries and straight edges shall be provided by the Applicator.

B. Primer

1. The primer shall consist of one coat with an overall coverage rate of 80-125 ft2/gal (2-3 m

2/l)

by brush or roller application.

2. For substrates other than concrete or steel, the Manufacturer shall be consulted to determine primer type and corresponding coverage rate.

3. All components shall be measured and mixed in accordance with the Manufacturer's recommendations.

4. The primer shall cure tack-free before application of the floor topping.

Page 7: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

7

5. Porous concrete may require a second coat of primer should the first coat be absorbed.

C. Topping

1. The topping shall be applied as a self-leveling system as specified by the Engineer. The topping shall be applied in one lift with a thickness of 1/8 1/4 inch (3 6 mm).

2. The topping shall be comprised of two components, a resin and filler together with a hardener powder which is to be added in accordance with the Manufacturer's recommendations.

3. The hardener powder shall be added to the resin and thoroughly dispersed by suitably approved mechanical means such as an air driven high-speed paddle mixer. Filler SL Blend shall then be added to the catalyzed mixture and dispersed in the same manner to achieve a homogenous blend.

4. The topping shall be applied over horizontal cured primed surfaces using gage rakes, trowels or other systems approved by the Manufacturer.

5. Immediately upon raking and/or trowel into place, the topping shall be degassed with a porcupine roller in preparation for broadcasting.

D. Aggregate Broadcast

1. Aggregate shall be broadcast into the wet, uncured topping in such a manner as to fall vertically and the binder completely. Coverage rates shall be in accordance with the Manufacture s recommendations.

2. The full broadcast topping shall cure at least 30 minutes, or until broom or vacuuming can be performed without tearing or otherwise damaging the surface. Subsequently, all loose aggregate shall be removed by broom or vacuuming in preparation for the sealer application Under no circumstances shall the unsealed topping be opened to service.

E. Topcoat

1. The topcoat shall consist of two coats with an overall coverage rate of 80-100 ft2/gal/coat (2-2.5 m2/l) dependent on the required skid-resistance and in accordance with the Manufacturer's recommendations.

2. The topcoat shall be comprised of a liquid component, powder pigment and a hardener powder which is to be added at a rate in accordance with the Manufacturer's recommendations and thoroughly dispersed by suitably approved mechanical means such as an air driven high speed mixer.

3. The topcoat shall be applied to the cured and swept topping by brush or roller.

3.03 FIELD QUALITY CONTROL

A. Tests, Inspection

1. The following tests shall be conducted by the Applicator recorded on a form to be submitted to the Engineer:

Page 8: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

8

a. Temperature

1) Air, substrate temperatures, and, if applicable, dew point.

b. Adhesion Tests

1) Adhesion tests of the cured system to the substrate shall be checked as per Clause 3.01C.

c. Coverage Rates

1) Rates for all layers shall be monitored by checking quantity of material used against the area covered

END OF SECTION 09716

January, 2006

Page 9: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

9

City of New Britain

DEPARTMENT OF PUBLIC WORKS

27 West Main Street, New Britain, CT 06051 (860) 826-3350

Bid Addendum No. 2

Project: New Britain Dog Pound Public Bid #3259

Subject: Manufacturer Representative

Date: April 10, 2006

1. Manufacturer s representative must be present at the job site during the application of all flooring and/or painting products, unless otherwise approved by the City.

Bid Addendum No. 1

Project: New Britain Dog Pound Public Bid #3259

Subject: Mandatory Pre-Proposal Conference Date Availability of Plans

Date: March 22, 2006

2. All contractors are reminded that there will be a pre-proposal conference on Wednesday, April 5, 2006 at 10:00 a.m. at the Dog Pound Site, 642 Christian Lane, Berlin, CT. A site walk through will be done during the pre-proposal conference. Attendance is strongly suggested.

3. All contractors are advised that full size plans and specifications are available at the Department of Public Works, 27 West Main Street, New Britain, Ct. 06051, Room 501 or the Purchasing Department, 27 West Main Street, New Britain, Ct. 06051, Room 401.

New Britain: A City for

All People

Page 10: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

10

Form Pur. 1 REQUEST FOR QUOTATION Bid No. ______3259________ Bid No. ___3259_______ BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: ___3-13-2006________ Date Submitted_________________________________ 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery: ______________ days after receipt of order

Page __1__ of ___32__Pages Terms: Cash Discount _______% 30 Days

Sealed bids, subject to the conditions set forth on the second page hereof, will be received by the City Purchasing Agent until the time and date set forth. In compliance with all of the conditions Net Cash ________ Days hereof, the Bidder, whose name appears hereon, offers and agrees to furnish and deliver to the destination all of the commodities and./or services against which prices are quoted. Bidder_____________________________________________

Prices Quoted Must be F.O.B.______________________________________________ Street______________________________________________

_______________________________________________________________________ City_________________________ ST________ Zip________

Date of Bid Opening ___April 26, 2006__________ Time __11:00 AM________ ___________________________________________________

Joe Turner Signature and Title Delivery Required _______________________ Acting Purchasing Agent

___________________________________________________ Amount of Bid Bond _______None_________ (Printed name of signer)

Bidders Telephone Number___________________________

ITEM NO. DESCRIPTION OF COMMODITIES AND/OR SERVICES QUANTITIY UNIT

REPAIRS & UPGRADES TO THE NEW BRITAIN DOG POUND

THE FOLLOWING MUST BE EXECUTED/COMPLETED AND RETURNED:

1. Form Pur. 1 (Request for Quotation). 2. Notice to Prospective Bidders, Pages 29-31.

****PLEASE SUBMIT BIDS IN DUPLICATE****

BID ENVELOPE IS TO BE CLEARLY MARKED ON THE OUTSIDE WITH BID NUMBER AND NAME.

BIDS WILL NOT BE ACCEPTED AFTER THE STATED BID

OPENING DATE AND TIME.

PLEASE NOTE THAT BIDS SUBMITTED CANNOT BE FAXED OR E-MAILED.

Page 11: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

11

IMPORTANT - READ CAREFULLY BEFORE MAKING BID: CONDITIONS, BID TERMS AND INSTRUCTIONS

CITY OF NEW BRITAIN CONNECTICUT -DEPARTMENT OF PURCHASES

1. All bids must be submitted on and in accordance with this form. If more space is required to furnish a description of the commodities and/or services offered or delivery terms, the Bidder may attach a letter hereto which will be made a part of the bid. All bids must be submitted in duplicate in sealed envelopes clearly identified with the appropriate bid number.

2. Bids and amendments thereto, or withdrawal of bids submitted, if received by the City after the date and time specified for bid opening, will not be considered. If any person contemplating the submission of a bid on this invitation is in doubt as to the true meaning of any part of the specifications, plans or other documents, he should submit a written request for an interpretation thereof to the City Purchasing Agent at least 10 days prior to scheduled bid opening. An interpretation of the bid invitation documents will be made only by addendum duly issued to each person receiving a bid invitation and/or holding plans. The City of New Britain will not be responsible for explanations or interpretations of bid invitation documents except as issued in accordance herewith. Note regarding addenda: Addenda shall be mailed via certified mail to all vendors listed on the City s list of plan holders. Addenda will be made available to those vendors downloading specifications from a website at that same website.

3. Prices should be stated in units of quantity specified, with packing and delivery to destination and all other incidental charges included.

4. The time of proposed delivery must be stated in definite terms. If time of delivery for different commodities varies, the Bidder shall so state.

5. Samples, when requested, must be furnished free of expense to the City, and if not destroyed, will, upon request, be returned at the Bidder's risk and expense.

6. Quotations must show unit price, amount and grand total, or bid may be rejected. In case of error in the extension of prices, the unit price shall govern.

7. Unless qualified by the provision NO SUBSTITUTE , the use of the name of a manufacturer, brand, make or catalog designation in specifying an item does not restrict Bidders to the manufacturer, brand, make or catalog designation identification.

This is used simply to indicate the character, quality and/or performance equivalence of the commodity desired, but the commodity on which bids are submitted must be of such character, quality and/or performance equivalence that it will serve the purpose for which it is to be used equally as well as that specified. In submitting bids on a commodity other than as specified, Bidder shall furnish complete data and identification with respect to the alternate commodity he proposes to furnish. The City reserves the right to make final determination of equivalency.

Consideration will be given to bids submitted on alternate commodities to the extent that such action is deemed to serve best the interests of the City. If the Bidder does not indicate that the commodity he proposed to furnish is other than specified, it will be construed to mean that the Bidder proposes to furnish the exact commodity described.

8. Bidder declares that the bid is not made in connection with any other Bidder submitting a bid for the same commodity or commodities, and that the bid is bona fide and is in all respects fair and without collusion or fraud. Abstracts of bids received are prepared for distribution by the Department of Purchases.

9. Award will be made to the lowest responsible qualified Bidder, who shall be determined in accordance with and pursuant to Section 2-578, inclusive of the Purchasing Ordinances City of New Britain. The quality of the articles to be supplied, their conformity with the specifications, their suitability to the requirements of the City, and the delivery terms will be taken into consideration in making the award. Section 2-578, item 10, allows up to a six percent differential in favor or resident Bidders. Differential percent (up to 6%) is assigned on a bid-by-bid basis by the Acting Purchasing Agent.

10. The City reserves the right to award by item, groups of items or total bid; to divide the award; to reject any and all bids, in whole or in part, and to waive any informality or technical defects if, in its judgment, the best interests of the City will be served.

11. Cash discounts may be offered by bidder for prompt payment of bills, but such discount will not be taken into consideration in determining the low Bidder but will be taken into consideration in awarding tie bids. The discount period will be computed from the date delivery is accepted at destination or from date correct invoice is received by the consignee, whichever is the later date.

12. Acceptance of a bid by the City is not an order to ship.

13. Each bid is received with the understanding that the acceptance in writing by the City of the offer to furnish any or all of the commodities and/or services described therein shall constitute a contract between the Bidder and the City, which shall bind the Bidder on his part to furnish and deliver the articles quoted at the prices stated and in accordance with the conditions of said accepted bid.

14. Any equipment delivered must be standard new equipment, latest model, except as otherwise specifically stated in bid. Where part or nominal appurtenances of equipment are not described, it shall be understood that all the equipment and appurtenances which are usually provided in the manufacturer's stock model shall be furnished.

15. In event of default by the Bidder, the City reserves the right to procure the commodities and/or services from other sources and hold the Bidder liable for any excess cost occasioned thereby. If, however, public necessity requires use of materials or supplies not conforming to the specifications, they may be accepted and payment therefor shall be made at a proper reduction in price.

16. Where a bid bond is required, such bond must accompany the bid; it must be executed by a surety company licensed to do business in the State of Connecticut; or it may be in the form of a cashier's or certified check made out to the "Treasurer, City of New Britain". Said bond or check shall be given as security that, if the bid is accepted, a contract will be entered into and the performance guarantee properly secured.

17. The bid bond, cashier's or certified check shall be forfeited and the principal amount of said bid bond shall be paid to the City or said check shall be surrendered to the City as the agreed amount of liquidated damages in case of failure of Bidder to enter into contract as above described. The bid bond or check will be released or returned to the Bidder in case his bid is rejected.

18. The Bidder guarantees to save the City, its agents or employees, harmless from liability of any nature or kind, for use of any copyrighted or uncopyrighted compositions, secret process, patented or unpatented invention, articles or appliances furnished or used in the performance of the contract, or which the Bidder is not the patentee, assignee or licensee.

Page 12: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

12

CITY OF NEW BRITAIN PUBLIC BID NO. 3259

The City of New Britain, through its Acting Purchasing Agent, is seeking competitive bids for the following service:

REPAIRS & UPGRADES TO THE NEW BRITAIN DOG POUND

Specifications for the service required follow. The Acting Purchasing Agent reserves the right to reject any and all bids, in whole or in part, as best serves the interests of the City of New Britain. SEALED BIDS ARE TO BE SUBMITTED BY THE DATE AND TIME SPECIFIED ON THE COVER SHEET TO: CITY OF NEW BRITAIN PURCHASING DEPT., ROOM 401, 27 WEST MAIN ST., NEW BRITAIN, CT 06051. BID ENVELOPE IS TO BE CLEARLY MARKED ON THE OUTSIDE WITH BID NUMBER AND NAME. BIDS WILL NOT BE ACCEPTED AFTER THE STATED BID OPENING DATE AND TIME.

Notice to bidders:

1. All charges must be included in the pricing. Locations and dates of service are as shown in the specifications.

2. The City of New Britain is exempt from the payment of taxes imposed by the federal government and/or the State of Connecticut; such taxes shall not be included in the bid prices.

3. Exceptions to specifications must be clearly stated on a separate piece of paper.

4. Costs of licenses, fees and permits as may be applicable are the responsibility of the contractor.

5. Questions regarding the Purchasing process may be directed to Maria Gonzalez, Finance Dept., (860) 826-3434. Questions regarding specifications may be directed to Mark Moriarty, Engineering Dept., (860) 826-3374.

6. Contractor insurance requirements are as follows:

Contractor shall agree to submit proof of the following coverages placed with company(ies) licensed by the State of Connecticut which have at least an A- VIII policyholders rating according to Best Publication s latest edition Key Rating Guide.

Commercial General Liability: General aggregate $5,000,000 Prod./Compl.

Operations Aggregate $5,000,000

Occ. Aggregate $5,000,000

Automobile Liability: Liability Limit $5,000,000

Workers Comp. and Employer s Liability $100,000 each accident

$500,000 disease policy $100,000 disease accident limit

Page 13: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

13

CITY OF NEW BRITAIN PUBLIC BID NO. 3259

The City of New Britain and Consolidated School District must be named as Additional Insured . Original, completed certificate of insurance must be presented to the Acting Purchasing Agent prior to purchase order/contract issuance.

7. HOLD HARMLESS AGREEMENT:--The Contractor, its agents and assigns shall indemnify and hold harmless the City of New Britain, including but not limited to, its elected officials, its officers, and agents, ("the City") from any and all claims made against the City, including but not limited to, damages, awards, costs and reasonable attorneys fees, to the extent any such claim directly and proximately results from the wrongful willful or negligent performance of services by the Contractor during the Contractor s performance of this Agreement or any other Agreements of the Contractor entered into by reason thereof. The City agrees to give the Contractor prompt notice of any such claim and absent a conflict of interest, an opportunity to control the defense thereof.

8. Award will be made to the lowest responsible bidder, who shall be determined in accordance with and pursuant to Section 2-578 Items 1 through 11, inclusive, of the City of New Britain Code of Ordinances.

9. SUBCONTRACTING: The successful bidder may utilize the services of specialty subcontractors on those portions of the work which, under normal contracting practices are performed by specialty subcontractors. The successful bidder shall not award any portion of the work to a subcontractor without prior written approval of the City. The acceptance of any and all subcontractors shall reside with the City, and the City's decision shall be final. The successful bidder shall be fully responsible to the City for the performance, finished products, acts, and omissions of his subcontractors and persons directly or indirectly employed thereby.

The successful bidder shall cause appropriate provisions to be included in all subcontracts relative to this project to bind subcontractors to the provisions of the Contract and these Bid Documents as applicable to work performed by the subcontractor on this projects; and appropriate provisions to give the City the same powers and authority over any subcontractor as it has over the Contractor under the provisions of said documents.

10. Addenda and Interpretations: No interpretation of the meaning of the plans, specifications or other Bid Documents will be made to any bidder orally. Every request for such interpretation should be made in writing addressed to the persons listed in section 5, and, to be given consideration, must be received at least ten days prior to the scheduled bid opening. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Bid Documents which, if issued, will be mailed by CERTIFIED mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purpose) not later than five days prior to the scheduled bid opening. Failure of any bidder to receive any such addendum or interpretation shall not relieve any bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Bid Documents.

11. Submission of a bid in response to this solicitation indicates that the Contractor understands and agrees to the terms of this section. Contractor shall comply with City of New Britain Code of Ordinances, Section 2-625-628, provisions following, as may be applicable:

Page 14: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

14

CITY OF NEW BRITAIN PUBLIC BID NO. 3259

Sec. 2-625. For the purposes of this division, the following definitions shall apply: (a) Building, property equipment or maintenance services includes any

janitorial, cleaning, maintenance or related service. (b) Contractor means any provider of food, clerical, transportation, securing

building, property, equipment or maintenance services whose rate of reimbursement or compensation is determined by a service contract with the City or any City agent, including (1) building, property or equipment service companies, (2) management companies providing property management services, (3) companies providing food preparation or service, or both, (4) companies providing transportation services, (5) companies providing clerical services and (6) companies providing security services.

(c) Effective wage means, for a worker not paid on an hourly basis, his/her income from the employer in question for the most recent full pay period divided by the number of hours he/she worked during that pay period.

(d) Employer: means any person, organization or other entity that uses or received money from or through the City, and shall include the City.

(g) Food services means the services of a contractor involving the regular provision of food at a City owned facility under a contract with the city. Only contracts of greater than twenty-five thousand dollars ($25,000.00) may be considered food service .

(i) Living wage means the poverty guideline for a family of four most recently published by the U.S. Department of Health and Human Services, divided by 1,763. (This wage level allows a full-time worker to earn 118% of the poverty guideline.)

(j) Local job agency means any nonprofit organization based in or with an office in the City of New Britain which maintains a list of residents of the City of New Britain.

(k) Lowest paid worker means the employee of a contractor performing work under a service contract with the city who receives the lowest hourly pay of all the employees of said contractor doing work under said contract, considering both the wages of wage employees and the effective wages of non-wage employees.

(l) The lowest pay means the wage or effective wage of the contractor s lowest paid worker.

(m) Pay period means the period of time worked by an employee for which he/she is paid in a single paycheck.

(n) Paycheck shall mean any regular disbursement of funds to an employee by an employer for work performed.

(o) Service Contract means a contract or agreement between a business and the City or any City agent for the provision of food, clerical, transportation, building, property, equipment or maintenance services by the business. Construction contracts shall not be deemed service contracts. Contracts for services to be performed for a duration of five or fewer days or on an as-needed basis shall not be deemed service contracts.

(q) Worker or employee means a natural person who performs services for an employer for whom the employer is required to withhold income taxes pursuant to the federal Internal Revenue Code.

Page 15: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

15

CITY OF NEW BRITAIN PUBLIC BID NO. 3259

Sec. 2-626. Notwithstanding any other provision of this Code of Ordinances and in addition to the requirements of Section 2-569 of said Code, no bid for an amount in excess of twenty-five thousand dollars ($25,000.00) shall be accepted pursuant to Division 3 of Article VIII of Chapter 2 of said Code without being accompanied by an affidavit, signed by the owner or an officer of the company under the pains and penalties of perjury, attesting that:

(a) The company agrees that, should need arise for the company to hire workers within three months of the purchase in question for work to be performed within ten miles of the boundaries of New Britain, the company shall mail to each local job agency a notice of the job opening(s) at least two business days prior to the date that any final hiring decision is made. Each such notice shall include a description of the work to be performed, the pay and benefits to be paid for such work and the date(s), time(s), place(s) and manner by which one may apply for such employment, including any application and manner by which one may apply for such employment, including any application form(s) that may be used. The company shall also agree to give first preference to hiring any person referred by a local job agency whose qualifications are at least equal to those of all other applicants. This shall not apply when an employer is hiring someone from within their current organization.

(b) The contractor agrees to inform employees who might be eligible of their possible right to the federal Earned Income Credit ( EIC ) under Section 32 of the Internal Revenue Code of 1954, 26 U.S.C. Section 32, and shall make available to employees forms informing them about the EIC and forms required to secure advance EIC payments from the employer.

(c) The contractor agrees to be bound by the terms and penalties of this Division, including, but not limited to any requirement that monies otherwise to be paid to the contractor be withheld by or returned to the City in the event a violation is found.

Sec. 2-627. Notwithstanding any other provisions of this Code of Ordinances, all service contracts in excess of twenty-five thousand dollars ($25,000.00) entered into by the City shall include:

(a) A requirement that the contractor maintain the wage level or effective wage level of its lowest paid worker at no lower than the living wage at all times during the effective period of the service contract.

(b) A requirement that the contractor agrees to inform employees who might be eligible of their possible right to the federal Earned Income Credit ( EIC ) under Section 32 of the Internal Revenue Code of 1954, 26 U.S.C. Section 32, and shall make available to employees forms informing them about the EIC and forms required to secure advance EIC payments from the employer.

Page 16: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

16

CITY OF NEW BRITAIN PUBLIC BID NO. 3259

(c) A requirement that, should need arise for the contractor to hire workers to carry out the terms of the contract in question or for any other activities to occur or commence during the period of the contract in question within ten miles of the boundaries of New Britain, the contractor shall mail to each local job agency a notice of the job opening(s) at least two business days prior to the date that any final hiring decision is made. Each such notice shall include a description of the work to be performed, the pay and benefits to be paid for such work and the date(s), time(s), place(s) and manner by which one may apply for such employment, including any application form(s) that may be used. The contractor shall also agree to five first preference to hiring any person referred by a local job agency whose qualifications are at least equal to those of all other applicants. This shall not apply when an employer is hiring someone from within their current organization.

(d) A requirement that the contractor be bound by the terms and penalties of this Division, including, but not limited to any requirement that monies otherwise to be paid to the contractor be withheld by or returned to the City in the event a violation is found.

Sec. 2-628. (a) Each local agency shall maintain a list which shall include the names, addresses, telephone numbers and job skills of persons declaring their need for employment and shall also note the last date each such person declared to the local job agency his or her need for employment. No name shall be maintained on such list for more than three months after the last date the person seeking employment declared his or her need for employment. (b) The City purchasing agent shall keep an updated list of all nonprofit agencies opting to act as local job agencies, including their names, addresses and telephone numbers. This list shall be made available to any company required to utilize it to comply with the Code of Ordinances and to other business or organization seeking to hire workers.

Page 17: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

17

CITY OF NEW BRITAIN PUBLIC BID NO. 3259

SPECIFICATIONS:

SECTION 09715 TROWEL APPLIED RESINOUS FLOORING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The City of New Britain Bid Requirements and Conditions Document and Division 1, General Requirements, are a part of this Section and shall be binding on the Contractor and/or Subcontractor who performs this work. Note also all Addenda.

1.2 DESCRIPTION OF WORK:

A. Provide labor and materials for a seamless, industrial, epoxy resurfacing material, including surface preparation, primers, and finish coats.

B. This section includes the shot blast preparation of the existing concrete floor systems and the installation of a troweled on resinous flooring system.

C. Related Work Specified Elsewhere:

1. Painting: Painting of the adjacent masonry wall assemblies can by found in section 09900 Painting.

1.3 QUALITY ASSURANCE

A. Furnish all materials from one manufacturer to maximum degree practical unless otherwise specifically approved by Architect.

1.4 SUBMlTTALS:

A. Approval of Manufacturer: Resinous Flooring

1. Before placing orders for materials submit names of manufacturers of all materials for approval.

B. Manufacturer's Data: Resinous Flooring

1. Submit two (5) copies of manufacturer's technical information including label analysis and application instruction for each material proposed for use. Transmit a copy of each manufacturer's instruction to the Applicator.

C. Samples- Resinous Flooring:

1. Four weeks prior to start of any work, submit samples for Architect's review of color and texture only. Compliance with all other requirements is the exclusive responsibility

Page 18: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

18

of Contractor. Provide a listing of the material and application for each coat of each finish sample.

2. On 12" x 12" hardboard, provide two (2) samples of each color, pattern, and material, with texture to simulate actual conditions. Resubmit each sample as requested until acceptable sheen, color, and texture is achieved.

D. Mock-ups: On actual floor surfaces, duplicate painted finishes of the prepared samples. On at least 4 sq. ft. of various surfaces where directed, provide full-coat finish samples until required sheens, colors, patterns and textures are obtained~ simulate finished lighting conditions for review of in-place work. Upon acceptance these finishes shall be used for comparison and evaluation. Architect shall wash painted surfaces with floodlight to determine visual acceptability of each mock-up.

1.5 DELIVERY AND STORAGE:

A. Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer's name and label, and the following information:

Name or title of material. Fed. Spec. number, if applicable. Manufacturer's stock number and date of manufacture. Contents by volume Application instructions. Color name and number.

B. Store material in a dry enclosed area protected from the elements. Keep temperature of storage area between 60 degrees f and 90 degrees f.

1.6 JOB CONDITIONS:

A. Cure new concrete no less than 28 days under good conditions. B. Verify that substrate is properly equipped with vapor barriers and perimeter drains. C. Verify supply of adequate utilities, including electric, water, heat (between 60-90 degrees f)

and lighting of no less than 80 ft candles measured a the floor surface. D. Free work area of other trades during, and for a period of 24 hours, after floor installation. E. Protect finished floor from damage by subsequent trades.

1.7 WARRANTY:

A. Submit a one year warranty against defects in material and workmanship upon substantial completion of installation.

Page 19: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

19

PART 2 - PRODUCTS

2.1 MANUFACTURERS:

A. Acceptable Manufacturers: Provide troweled on resinous flooring as manufactured by one of

the following.

1. DUR-A-FLEX INC. 1-800-253-3539

2. Or Approved Equal

2.2 PRODUCTS:

A. Provide ¼ DUR-A-CRETE Multiple Component, Heavy Duty, Trowel Applied, Industrial Floor System as manufactured by DUR_A_FLEX INC.

2.3 PHYSICAL PROPERTIES:

Property Test Method Result

Hardness ASTM D-2240 80 Compressive Strength ASTM D-695 17,500 psi

ASTM C-579 12,500 psi Tensile Strength ASTM D-638 2,500 psi

ASTM C-307 1,800 psi Flexural Strength ASTM D-790 5,900 psi

ASTM C-580 4,200 psi Flexural M O E ASTM D-790 600,000 Linear Shrinkage ASTM D-2566 0.02 % Coefficient of Linear Exp. ASTM D-696 0.00002 Bond Strength to Concrete ASTM D-4541 400 psi substrate fails Indentation ML D-3134 No Indentation Impact Resistance ML D-3134 Pass Water absorption ASTM D-570 0.04% Heat Resistance Limitation 140-200 degrees f Flammability ASTM D-570 Self-Extinguishing Flame Spread/NFPA 101 ASTM E-84 Class B Abrasion Resistance ASTM C-501 CS17 wheel 2000gm load1000 cycles 18 mg loss Coefficient of Friction ASTM D-2047 Standard Slip 0.95 Unsealed Orange Peel 0.8 Smooth 0.7

2.4 PRODUCT MIXING:

A. Mix on site with manufacturer supplied mix and measure apparatus to ensure a timely, accurate mix ration and minimize waste..

Page 20: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

20

PART 3-EXECUTION

3.1 INSPECTION

A. Applicator must examine areas and conditions under which work is to be applied and notify

Contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to the Applicator.

B. Starting of work will be construed as Applicator's acceptance surfaces and conditions within any particular area.

C. Do not install over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable bond.

3.2 SURFACE PREPARATION. GENERAL:

A. Create a surface profile with a steel shot blast machine or a solution of muriatic acid. Use dust-free diamond grinders for edges.

B. Verify that surface is dry and perfectly clean, free of all oil, grease, detergent film, sealers and/or curing compounds.

C. Cleaning: Before applying flooring or other surface treatments, clean substrates of substances that could impair bond of the various coatings. Remove oil and grease before cleaning.

1. Schedule cleaning and installation so dust and other contaminates from the cleaning process will not fall on wet, newly completed floor surfaces.

3.3 INSTALLATION:

A. Adhere strictly to the manufacturer s current written instructions. B. Prime section of the prepared area by applying a coat fo DUR-A-GLAZE #4 DAMP PRIMER.

Apply DUR-A-CRETE while Primer is still wet or tacky. Prime again, if the primer cures tack free { before the area is resurfaced.

C. Mix DUR-A-CRETE epoxy mortar, place the entire batch of mortar on the floor and spread at a desired thickness with a screed box or gage rake.

D. Finish smooth with a small hand or power trowel. Allow to cure. E. Apply final topcoat of CRETE-GARD with a notched squeegee, broadcast slip resistant

aggregate and back-roll with a quality non-shed roller. F. Dispose of application debris properly.

3.4 DETAILS:

A. Thoroughly route and vacuum moving cracks and joints, then fill with DUR-A-Filler #2. B. Pre-Patch surface deviations with patching compound comprised of DUR-A-Glaze #4 and NO

Sag #2 or Q28 Quartz. C. Key-In all drains, edges and transition points according to manufacturer s instructions. D. Install a 4 integral cove base at perimeter walls. E. Prime surface with ELAST-O-COAT membrane as per manufacturer s recommendation.

Page 21: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

21

3.5 CLEANING

A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded

materials from work site. 1. After completing work, clean glass and flooring-spattered surfaces. Remove spattered

resin as recommended by the manufacturer.

3.6 PROTECTION

A. Protect work of other trades, whether being finished or not, against damage from resinous

flooring work. Correct damage by cleaning, repairing or replacing, and repainting, as approved by architect.

B. Provide Wet Floor signs to protect newly finished floors. After completing operations, remove temporary protective wrappings provided by others to protect their work.

SECTION 09900 - PAINTING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The City of New Britain Bid Requirements and Conditions Document and Division 1, General Requirements, are a part of this Section and shall be binding on the Contractor and/or Subcontractor who performs this work. Note also all Addenda.

1.2 DESCRIPTION OF WORK:

D. "Paint" as used herein 'means all coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats.

E. The terms "Paint Applicator" and "Applicator" as used herein are construed to be synonymous with the term "Installer".

F. The extent of painting work is indicated on Drawings, Schedules, and is specified herein.

G. This section includes surface preparation and field painting of exposed exterior and interior items and surfaces.

1. Surface preparation, priming and finishing coats of paint specified are in addition to shop-priming and surface treatment specified under other Sections of this work.

H. Paint exposed surfaces, except where these Specifications indicate that the surface or material is not to be painted or is to remain natural. If an item or a surface is not specifically mentioned, paint the item or surface the same as similar adjacent materials or surfaces. If a color of a finish is not indicated, Architect will select from standard colors and finishes available.

Page 22: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

22

1. Painting includes field painting of exposed bare and covered pipes and ducts (including

color coding), hangers, exposed steel and iron supports, and surface and mechanical and electrical equipment that do not have a factory-applied final finish.

I. Related Work Specified Elsewhere:

1. Shop Priming: Unless otherwise specified, shop priming of ferrous metal items is included under the various sections for structural steel, miscellaneous metal, hollow metal work, detention equipment, wire mesh partitions and similar items. Also, for shop-fabricated or factory-built mechanical and electrical equipment, miscellaneous specialties and equipment, wood doors.

2. Pre-Finished Items: Unless otherwise indicated, do not include painting when factory-finishing or installer finishing is specified for such items as (but not limited to) shop-finished aluminum doors and frames, architectural louvers, skylights, steel windows, casework, metal lockers, acoustical materials, fabric, plastic or vinyl covered materials, light fixtures, equipment.

3. Concealed Surfaces: Unless otherwise indicated, painting is not required on surfaces such as walls or ceilings in concealed areas and generally inaccessible areas, furred areas, pipe spaces; except that all ferrous materials shall be painted therein.

4. Finished Metal Surfaces: Metal surfaces of stainless steel, chrome plate, will not require finish painting, in the field, unless indicated to be painted out with adjacent surfaces.

5. Operating Parts and Labels: a. Moving parts of operating units, mechanical and electrical parts, such as valve

and damper operators, linkages, sinkages, sensing devices, motor and fan shafts, will not require finish painting, unless otherwise indicated.

b. Do not paint over any code-required labels, such as Underwriters' Laboratories and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates.

1.3 QUALITY ASSURANCE

B. Furnish all materials from one manufacturer to maximum degree practical unless otherwise specifically approved by Architect.

C. Provide finish coats which are compatible with prime paints used. Verify primers used by others on materials to be field finished. Provide barrier coats and/or reprime if primer is found to be incompatible with finish coats.

1.4 SUBMlTTALS:

E. Approval of Manufacturer; Painting:

1. Before placing orders for materials submit names of manufacturers of all materials for approval.

F. Manufacturer's Data; Painting:

1. Submit two (2) copies of manufacturer's technical information including label analysis and application instruction for each material proposed for use. Transmit a copy of each manufacturer's instruction to the Applicator.

Page 23: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

23

G. Samples- Painting:

1. Four weeks prior to start of any field painting, submit samples for Architect's review of color and texture only. Compliance with all other requirements is the exclusive responsibility of Contractor. Provide a listing of the material and application for each coat of each finish sample.

2. On 12" x 12" hardboard, provide two (2) samples of each color, pattern, and material, with texture to simulate actual conditions. Resubmit each sample as requested until acceptable sheen, color, and texture is achieved.

H. Mock-ups: On actual wall surfaces, doors, hardwood trim and hollow metal frames, and other interior building components, duplicate painted finishes of the prepared samples. On at least 200 sq. ft. of various surfaces where directed, provide full-coat finish samples until required sheens, colors, patterns and textures are obtained~ simulate finished lighting conditions for review of in-place work. Upon acceptance these finishes shall be used for comparison and evaluation of other painting work of similar nature, color, sheen, patter, texture. Architect shall wash painted surfaces with floodlight to determine visual acceptability of each mock-up.

1.5 DELIVERY AND STORAGE:

C. Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer's name and label, and the following information:

Name or title of material. Fed. Spec. number, if applicable. Manufacturer's stock number and date of manufacture. Contents by volume, for major pigment and vehicle constituents. Thinning instructions. Application instructions. Color name and number.

1.6 JOB CONDITIONS:

F. Apply waterborne paints only when temperatures of surface to be painted and surrounding air are between 50 and 90 deg F.

G. Apply solvent-thinned paints only when temperatures of surfaces to be painted and surrounding air are between 45 and 95 deg F.

H. Do not apply paint in snow, rain, fog, or mist; or when relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces.

1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods.

1.7 EXTRA MATERIALS:

B. Furnish extra paint materials from the same production run as the material applied and in the quantities described below. Package with protective covering for storage and identify with labels describing contents. Deliver extra materials to Owner.

Page 24: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

24

1. Quantity: Furnish Owner with extra paint materials in quantities indicated below:

a. Exterior, Semigloss Acrylic Enamel: 2 gal. of each color applied. b. Interior, Low-Luster Acrylic Finish: one case of each color applied. c. Interior, Semigloss Acrylic Enamel: one case of each color applied.

PART 2 - PRODUCTS

2.1 MANUFACTURERS:

B. Manufacturers names: Shortened versions (shown in parentheses) of the following manufacturers are used in other part 2 articles.

1. Benjamin Moore (Benjamin Moore) 2. P.P.G. Industries, Inc. 3. Sherwin Williams Co.

C. Products: Subject to compliance with requirements. Part 2 is based on Benjamin Moore products although approved equal may be accepted.

2.2 MATERIAL QUALITY:

B. Material Quality: Provide manufacturer s best quality paint material of the various types of coatings specified that are factory formulated and recommended by manufacturer for application indicated. Paint material containers not displaying manufacturer s product identification will not be accepted.

1. Federal Specifications establish the minimum acceptable quality for paint materials. Provide a written certification from the paint manufacturer that materials provided meet or exceed these minimums.

2. Proprietary names: Use of manufacturer s proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturers material data and certificates of performance for proposed substitutions.

C. Material Compatibility: Provide block fillers, primers, and finish-coat materials that are compatible with one another and with the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

D. Provide undercoat paint produced by the same manufacturer as the finish coats. Use only thinners approved by the paint manufacturer, and use only within recommended limits.

2.3 COLORS AND FINISHES:

A. Paint, coatings, and finishes are to be selected by the architect.

B. Architect will furnish color chips of finish colors for other surfaces to be matched.

C. Use representative colors when preparing samples for review; special tinting and mixing may be required.

Page 25: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

25

D. Final acceptance of colors will be from samples applied on the job as noted under "Submittals",

E. Color Pigments: Pure, non-fading, applicable types to suit the substrate and service indicated.

F. Notify Architect in writing of any anticipated problems using specified materials due condition of substrate.

2.4 CONCRETE UNIT MASONRY BLOCK FILLERS

A. Concrete Unit Masonry Block Filler: Factory-formulated high-performance epoxy block

fillers.

1. Benjamin Moore; Waterborne Epoxy Block Filler M31/M32: 2. Or approved equal.

2.5 EXTERIOR FINISH COATS:

A. Exterior Concrete and Concrete Block Walls:

1. Benjamin Moore; Polyamide Epoxy Semi-Gloss Coating M36/M38 Colors to be selected by architect from manufacturer s color options. Custom colors to be provided upon request.

2. Or approved equal.

PART 3-EXECUTION

3.1 INSPECTION

D. Paint Applicator must examine areas and conditions under which painting work is to be applied and notify Contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to the Applicator.

E. Starting of painting work will be construed as Applicator's acceptance surfaces and conditions within any particular area.

F. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film.

G. Coordination of Work: Review other Sections on which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. Notify the Architect about anticipated problems when using the materials specified over substrates primed by others.

3.2 SURFACE PREPARATION. GENERAL:

D. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting.

Page 26: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

26

1. After completing painting operations in each space or area, reinstall items removed

using workers skilled in the trades involved.

E. Cleaning: Before applying paint or other surface treatments, clean substrates of substances that could impair bond of the various coatings. Remove oil and grease before cleaning.

1. Schedule cleaning and painting so dust and other contaminates from the cleaning process will not fall on wet, newly painted surfaces.

F. Surface Preparation: Clean and prepare surface to be painted according to manufacturers written instructions for each particular substrate condition and as specified.

1. Provide barrier coats over incompatible primers or remove and reprime. 2. Cementitious materials: Prepare concrete, concrete unit masonry, cement plaster, and

mineral fiber-reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oil, and release agents. Roughen as required to remove glaze. If hardeners of sealers have been used to improve curing, use mechanical methods of surface preparation. a. Use abrasive blast-cleaning methods if recommended by paint manufacturer. b. Determine alkalinity and moisture content of surfaces by performing appropriate

tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint surface if moisture content exceeds that permitted in the manufacturer s written instructions.

3.3 MATERIALS PREPARATION:

G. Mix and prepare painting materials in accordance with manufacturer's directions.

1. Maintain containers used in mixing and apply paint in a clean condition, free of foreign materials and residue.

2. Stir materials before application to produce a mixture of uniform density, and stir as required during the application of the materials. Do not stir surface film into the material. Remove the film and, if necessary, strain the material before using.

3. Use only thinners approved by paint manufacturer and only within recommended limits.

H. Store materials not in actual use in tightly covered containers. Maintain containers used in storage, mixing and application of paint in a clean condition, free of foreign materials and residue.

I. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat.

3.4 APPLICATION, GENERAL:

A. General: Apply paint according to manufacturer s written instructions. Use applicators and techniques best suited for substrate and type of material being applied.

1. Paint colors, surface treatments, and finishes are indicated in the paint schedule.

Page 27: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

27

2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions

detrimental to formation of a durable paint film. 3. Provide finish coats that are compatible with primers used. 4. The term exposed surfaces includes areas visible when permanent or built-in fixtures,

grilles, convector covers, covers for finned-tube radiation, and similar components are in place. Extend coatings in these areas, as required, to maintain system integrity and provide desired protection.

5. Paint surfaces behind movable equipment the same as similar exposed surfaces. Before final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only.

6. Sand lightly between each succeeding enamel or varnish coat. B. Scheduling Painting: Apply first coat of surfaces that have been cleaned, pretreated, or

otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration.

1. The number of coats and film thickness required are the same regardless of application method. Do not apply succeeding coats until previous coat has cured as recommended by manufacturer. If sanding is required to produce a smooth, even surface according o manufacturer s written instructions, sand between applications.

2. Omit primer over metal surfaces that have been shop primed and touchup painted. 3. If undercoats, stains, or other conditions show through final coat of paint, apply

additional coats until paint film is uniform finish, color, and appearance. Give special attention to ensure that edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces.

4. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until paint has dried to where it feels firm, and does not deform or feel sticky under moderate thumb pressure, and until application of another coat of paint does not cause undercoat to lift or lose adhesion.

C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer s written instructions.

1. Brushes: Use brushes best suited for type of material applied. Use brush of appropriate size for surface of item being painted.

2. Rollers: Use rollers of carpet, velvet-back, or high-pile sheep s wool as recommended by manufacturer for material and texture required.

3. Spray Equipment: Use airless spray equipment with orifice size as recommended by manufacturer for material and texture required.

D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer s recommended spreading rate to achieve dry film thickness indicated. Provide total dry film thickness of the entire system as recommended by manufacturer.

E. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled.

F. Prime Coats: Before applying finish coats, apply a prime coat, as recommended by manufacturer, to material that is required to be painted of finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn-through or other defects due to insufficient sealing.

G. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting,

Page 28: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

28

holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be accepted.

H. Complete Work: Matched approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements.

3.5 CLEANING

B. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded

paint materials from paint site. 1. After completing painting, clean glass and paint-spattered surfaces. Remove spattered

paint by washing and scraping without scratching or damaging adjacent finish surfaces.

3.6 PROTECTION

C. Protect work of other trades, whether being painted or not, against damage from painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by architect.

D. Provide Wet Paint signs to protect newly painted finishes. After completing painting operations, remove temporary protective wrappings provided by others to protect their work.

3.7 EXTERIOR PAINT SCHEDULE:

A. Concrete / Concrete Block and Brick Wall Assemblies: Provide the following finish systems over ferrous metal. Primer is not required at shop-primed items.

1. Epoxy Paint Finish: Two finish coats over an epoxy block filler. a. Filler: Epoxy Block Filler M31/M32 b. Finish Coats: Epoxy Paint M36/M38

SECTION 01010 SPECIAL CONDITIONS

1.0 RELATED DOCUMENTS

The City of New Britain Bid Requirements and Conditions Document and Division 1, General Requirements, are a part of this Section and shall be binding on the Contractor and/or Subcontractor who performs this work. Note also all Addenda.

1.1 PROJECT SCOPE AND SCHEDULE

A. The overall project scope includes, but is not limited to,

1. Refinishing of the existing exterior kennel run floors, base and walls. 2. Refinishing of the existing interior kennel run floors, walls and surfaces. 3. Demolition and preparation for the above mentioned work. 4. Clean, scrape and paint selected locations 5. Provide miscellaneous carpentry to support the work. 6. Execute miscellaneous upgrades.

Page 29: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

29

B. The scope of work is broken down into a base bid and 2 add alternates. This bidding scheme

has been developed to allow the owner flexibility in determining the final scope of work in relation to the overall project budget.

C. The overall required project schedule is as follows:

1. The general contractor is to begin the work no earlier than April 1, 2006.

2. The general contractor will have to complete all the work prior to August 1st, 2006 following the Owner s issuance of the notification to proceed.

1.2 USE OF BUILDING BY THE OWNER

A. The existing building will be occupied by the Owner during construction operation. The Contractors shall coordinate all work with the Owner, The General Contractor, and the Architect. Coordination is a critical aspect of this project to insure that satisfactory operational and environmental conditions are maintained during all phases of construction.

1.3 EXISTING CONDITIONS AND MEASUREMENTS

A. Each Bidder will be held to have examined the premises and satisfied himself with the conditions which would in any manner affect the work under the Contract, and no later claims for extra compensation for labor, materials and equipment which could have been foreseen by such examination will be recognized. This Contractor shall take all necessary measurements for his work, at the site, and shall verify all measurements given on the Drawings.

1.4 INTENT

A. These Specifications with the accompanying Drawings are intended to describe and illustrate all material, labor, and equipment necessary to complete the project.

B. For convenience of reference, these Specifications are separated into titled Divisions and Sections. Such separations shall not, however, operate to make the Architect an arbiter to establish limits to Contracts between the Contractor and Subcontractors. The Divisions of the Specifications do not necessarily define the limits of the Contractor s subcontracts, the work of any one subcontract may include items specified in several Divisions or sections. The Contractor may sublet work as he sees fit, but it is his responsibility to see that all work shown on the Drawings and/or specified is completed in accordance with the Contract.

C. All materials shall be furnished and all work shall be accomplished in strict accordance with the grades or standards of materials, standards of workmanship, and manufacturer s specifications listed or mentioned in these documents.

D. The listing or mention of materials shall be sufficient indication that all such materials shall be furnished by the Contractor, in accordance with the grades or standards indicated, free from defects impairing strength, durability or appearance and in sufficient quantity for the proper and complete execution of the work, unless specifically stated otherwise.

E. The listing of mention of any method of installation, erection, fabrication or workmanship shall not operate to make the contractor an agent, but shall be for the sole purpose of setting a standard of quality for the finished work. Contractor is free to use any alternate method, provided only that, prior to the start of the work, such alternate method is approved in writing

Page 30: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

30

by the Architect, as resulting in quality equal to that intended by these documents. Unless an alternate method is approved, all work shall be in strict accordance with all methods if installation, erection, fabrication and workmanship listed or mentioned herein.

1.5 CORRELATION OF DRAWINGS AND SPECIFICATIONS

A. In general, the Specifications will describe the quality of the work and the Drawings, the

extent of the work. The Drawings and Specifications are cooperative and supplementary, however, and each item of the work is not necessarily mentioned in both the Drawings and the Specifications. All work necessary to complete the project, so described, is to be included in this Contract.

B. In case of disagreement between Drawings and Specifications, or within either document itself, the better quality or greater quantity of work for decision and/or adjustment shall apply. Any work done by the Contractor without consulting the General Contractor and Architect, when the same requires a decision, shall be done at the Contractor s risk.

C. Omissions or Errors: If any omissions or errors are noted or instructions at variance with the obvious intent of the documents, it is the responsibility of the Contractor to call them to the General Contractor attention before signing the Contract.

1.6 INTERPRETATION OF OR EOUAL

A. The use of trade names, with a notation such as or equal in these Specifications is to establish quality required; there is no attempt to limit competitive bidding, but in like manner quality specified will be rigidly maintained.

B. The words approved, equal to, as directed, etc., are interpreted and will be taken to mean to the satisfaction of the Architect.

C. Where three or more proprietary names are specified, and the words or equal are omitted, no substitute products will be considered. Bids must be based on one of the named products.

1.7 WORK SCHEDULE AND COST BREAKDOWN

A. The work shall be promptly started and shall be manned to guarantee completion on or before the time stated in the Bid Proposal. The Contractor shall furnish to the General Contractor a project schedule showing an anticipated schedule for the designated period. The project plan shall be presented prior to beginning work.

B. If, in the opinion of the General Contractor, it becomes necessary for maintaining the schedule and for the completion of the school within the specified time, to work additional men, Contractors must immediately do so upon written request.

C. Submit immediately after the Contract is let, an itemized breakdown of estimated cost in detail.

1.8 TEMPORARY UTILITIES

A. General

- All concerned with furnishing utilities for use on the project as specified in this section are cautioned to determine location of sources of supply and conditions under which services can be brought to points of use on the site. Each shall inspect premises and drawings for requirements of local installations and shall ascertain rules and fees under which various

Page 31: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

31

public private or municipal utilities will supply service. Upon completion of project, remove all temporary work.

B. Water

- Existing service is available for the Contractor s use.

C. Electrical Service

1. Existing service is available for Contractor s use. The Contractor shall arrange and pay

for temporary connections.

2. Contractors shall be responsible for furnishing such light bulbs and extension cords as may be essential to the execution of their respective branches of the work and f or extensions of lines to sheds or to power tools and remote areas which cannot be reached with extension cords.

D. Utility Charges for electric power and water service will be paid by the General Contractor.

E. Job Telephone

- The Contractor shall provide telephone service for use of all employed about the building and shall pay the installation, maintenance, change in location, removal and all charges for use of this telephone, except that charges for long distance calls shall be paid for by the person making the same. The telephone shall remain until the full completion of the work. This telephone may be in the form of a cell phone.

F. Temporary Heat

1. The Contractor shall furnish and pay for all necessary temporary heat to prevent injury to work or to material through-dampness or cold. At all times when there is concrete or other masonry not thoroughly set, a temperature of at least 50 degrees F shall be maintained. in areas where such work is located. For two (2) days previous to placement or application of any interior wood, resilient tile, paint or similar finish, a temperature of at least 60 degrees F shall be maintained in those portions of building in which this work is located.

2. If temporary heat is required for protection of work or to hasten drying out process of construction before permanent heating apparatus is available for use, Contractor shall provide suitable approved heating apparatus, adequate proper fuel, and maintain fires as required, at his expense.

3. Contractor shall provide temporary connections to all equipment requiring electrical power in order to provide temporary heat. The Contractor shall remove such temporary connections and equipment when the need f or same is concluded.

1.9 TOILET FACILITIES

A. The Contractor shall provide and maintain suitable toilet facilities for the use of the workmen at all times, including suitable enclosures around temporary latrines. Temporary toilet facilities shall be kept clean and in sanitary conditions. They shall be removed when no longer required, and damage to surroundings caused thereby shall be repaired.

1.10 PROTECTION

Page 32: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

32

A. Contractor shall at all times protect the building from damages from rain water. Contractor

shall provide all equipment and enclosures to insure this protection.

B. Contractor shall construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavation and below grade construction free of water.

C. Contractor shall remove all snow and ice as may be required for proper protection and prosecution of the work.

D. Contractor shall provide all shoring, bracing and sheeting as required for safety and for proper execution of work and have same removed when work is completed.

E. During cold weather, Contractor shall protect all work from damage. If low temperatures make it impossible to continue operations safely in spite of cold weather precautions, Contractor shall cease work and shall so notify General Contractor. The Contractor shall be responsible for the repair and/or replacement, as may be required, of all work damaged from frost, freezing or any elements of the weather.

F. Protection at Night and when Work is not in Progress. The Contractor shall be solely responsible for damage, loss or liability, due to the theft or vandalism when work is not in progress at night, weekends, or holidays.

G. Existing Exitways shall be maintained to provide safe egress from occupied portions of the building at all times. The Contractor will be required to erect temporary enclosures, stairs, and ramps that may be required to accomplish safe passage through construction. Exiting shall be satisfactory to both the Fire Marshal and the General Contractor.

H. Fire Protection

- All fire used within the structure for working purposes shall be extinguished when not in use. No flammable material shall be stored in the structure in excess of amounts allowed by the authorities. No gasoline shall be stored in or close to the building at any time.

I. Precaution must be exercised at all times for the protection of persons and property. The safety provisions of applicable laws, school and construction codes must be observed; Contractor shall take or cause to be taken such additional safety and health measures as are reasonably necessary. Machinery, equipment and other hazards, guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable laws.

J. It shall be the responsibility of the Contractor to protect and preserve, in operating condition, all utilities traversing the work area. Damage to any utility due to work under this Contract shall be repaired to the satisfaction of the General Contractor, at no additional cost to the Owner.

1.11 USE OF PREMISES, SPECIAL WORKING CONDITIONS

A. The Contractor shall confine his apparatus, storage of materials, supplies, equipment and operations to the areas bounded by the Contract and on-site limits as directed by the General Contractor. Coordination with the Owner and General Contractor is essential in this matter.

B. The Contractor shall be responsible for keeping the premises clean and shall pick up rubbish and debris daily.

Page 33: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

33

1.12 MAINTENANCE OF TRAFFIC AND EXITWAYS

A. On-site and off-site traffic and exitways shall not be blocked by construction vehicles, parked

cars, material storage and other construction operations. Interior and exterior building exitway shall be maintained at all times during the work day.

1.13 SAMPLES

A. All materials that will be used in the construction of this project are subject to the approval of

the Architect and General Contractor. All samples required by the Specifications or by the above requirements shall be submitted for approval. Where color selections are made, complete samples shall be furnished to the Architect.

1.14 EQUIPMENT AND HOISTS

A. The Contractor shall provide at his own expense and risk, all tools, equipment, apparatus, and temporary work that may be required for the execution of the work under his Contract.

B. The Contractor shall provide temporary hoists with power and attendance for same as required to handle his own materials and rubbish.

1.15 FIRE EXTINGUISHER

A. Provision of fire extinguisher in the area under construction is required from the standpoint of controlling incipient fires promptly.

1.16 REPAIRS

A. Contractor shall make all repairs to existing streets, walks, curbs, grassed areas, etc., made necessary by this work.

1.17 GENERAL COORDINATION

A. There shall be cooperation and coordination with respect to time, space, work, etc., between the Contractor, Subcontractors and all other Contractors and no claim for extra compensation or extension of Contract time will be allowed for conditions resulting from lack of said cooperation and coordination.

B. The Contractor shall promptly notify the General Contractor of all errors, omissions or discrepancies which he finds on the Contract Documents and he shall not proceed with the work involved in such errors, omissions, or discrepancies until instructions are given by the General Contractor. The General Contractor shall be responsible for all work erroneously installed prior to receiving said instructions.

1.18 DELIVERY, STORAGE AND HANDLING

A. All materials and equipment shall be so delivered, stored and handled as to prevent intrusion of foreign materials and damage by weather or breakage. Packaged materials shall be delivered and stored in original packages. Packages opened for General Contractor s inspection shall be

Page 34: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

34

resealed until ready for use. Packages, materials and equipment showing evidence of damage shall be rejected.

B. All materials which could be affected by dampness shall be stored in suitable substantial watertight storage facilities maintained in good condition throughout their use.

C. Rigid insulation board shall not be stored within the building. Provision shall be made for its protection from the weather and vandals elsewhere on the site.

1.19 FINAL CLEANING

A. All accumulated rubbish shall be removed from the building and points immediately adjacent thereto by the Contractor who shall transport same from premises. Flammable rubbish shall not be burned on the premises. It shall be hauled away. No rubbish shall be deposited as fill on premises.

B. Leave the work area clean and ready for use. If the Contractor fails to clean up, the General Contractor may do so and the cost thereof shall be charged to the Contractor.

1.20 GUARANTEE

A. If, in the Contractor s opinion, any work is shown on the Drawings or called for in the Specifications in such a manner as to make it impossible for him to produce and guarantee a first-class piece of work, he shall refer the same to the General Contractor before proceeding.

B. The Contractor and each Subcontractor shall guarantee that all materials and workmanship shall be free from original defects or against injury from proper and usual wear when used for purposes intended for one year after date of final certificate. Where guarantees or warranties are written in any of the divisions for longer terms, such longer terms shall apply from this date.

C. The Contractor shall, in case of work performed by their Subcontractors or where guarantees are required, secure guarantees from said Subcontractors and deliver copies of same to the General Contractor upon completion of the work.

D. All portions of the work shall also be maintained in perfect condition during this period. Such written guarantees as may be requested shall be submitted in duplicate at the completion of the work. These will be supplementary to and not in any way canceling specific guarantees which apply to various portions of the work.

E. See Specifications Sections for additional Guarantee requirements.

1.21 SOCIAL SECURITY TAXES

A. The Contractor and each Subcontractor shall pay the taxes measured by the wages of all their employees as required by the Federal Social Security Act and all amendments thereto, and accept the exclusive liability for said taxes. The Contractor shall also indemnify and hold the Owner and General Contractor harmless on account of any tax measured by the wages aforesaid of employees of the Contractor and his subcontractors, assessed against of the Owner and General Contractor under authority of said law.

1.22 UNEMPLOYMENT INSURANCE

Page 35: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

35

A. The Contractor and each Subcontractor shall pay unemployment insurance measured by the

wages of his employees as required by law and accept the exclusive liability for said contributions. The Contractor shall also indemnify and hold harmless the Owner and General Contractor on account of any contribution measured by the wages of aforesaid employees of the Contractor and his Subcontractors, assessed against the Owner and General Contractor under authority of law.

1.23 OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA)

A. The Contractor shall comply with the requirements of the Occupational Safety and Health Act

(OSHA) of 1970 and the Construction Safety Act of 1969, including all standards and regulations which have been promulgated by the Governmental Authorities which administer such Acts and said requirements, standards and regulations are incorporated herein by reference.

B. The Contractor shall comply with said regulations, requirements and standards and require and be directly responsible for compliance therewith on the part of his agents, employees, material men and Subcontractors; and shall directly receive and be responsible for all citations, assessments, fines or penalties which may be incurred by reason of his agents, employees, material men or Subcontractors failing to so comply.

C. The Contractor shall indemnify the Owner and Architect, and save them harmless from any and all losses, costs and expenses, including fines and reasonable attorney s fees incurred by the Owner and Architect by reason of the real or alleged violation of such laws, ordinances, regulations and directives, Federal, State, and Local, which are currently in effect or which become effective in the future, by the Contractor, his Subcontractors or material men.

1.24 JOB MEETINGS

A. Meetings conducted at the job site by the General Contractor s representative for the purpose of coordinating and observing the work shall be mandatory for the Contractor and/or his superintendent. Also, at times, the General Contractor s representative will designate certain Subcontractors to attend.

1.25 LIST OF CONTACTS

A. General Contractor shall furnish a list of persons to contact with telephone numbers for emergency use during construction period (off hours, weekends, holidays).

1.26 PLANS AND SPECIFICATIONS AT THE SITE

A. The Contractor shall maintain at the site one copy of all Drawings, Specifications, Addenda, approved shop drawings, change orders and other modifications, schedules, and instructions in good order and marked to record all changes made during construction. These shall be available at all times to the Architect and Owner or his authorized representatives.

B. As-Built Drawing Documentation - Carefully note that the Contractor is responsible for maintaining a record set of Contract Documents clearly marking all revisions, alterations, corrections, modifications, substitutions, etc., resulting from changes undertaken during the course of construction. At the conclusion of the project, the Contractor shall formally issue to

Page 36: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

36

the General Contractor a set of Contract Documents with all such changes clearly marked and recorded.

SECTION 01030 - ALTERNATES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The City of New Britain Bid Requirements and Conditions Document and Division 1, General Requirements, are a part of this Section and shall be binding on the Contractor and/or Subcontractor who performs this work. Note also all Addenda.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements for alternates:

B. Definition: An Alternate is an amount proposed by Bidders and stated on the Bid Form for certain construction activities defined in the Bidding Requirements that may be added to or deducted from 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.

C. Coordination: Coordinate related Work and modify or adjust adjacent Work as necessary to ensure that Work affected by each accepted Alternate is complete and fully integrated into the project.

D. Notification: Immediately following the award of the Contract, prepare and distribute to each party involved, notification of the status of each Alternate. Indicate whether Alternates have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to Alternates.

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

1. Include as part of each Alternate, miscellaneous devices, accessory objects and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate.

PART 2 PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.1 SCHEDULE OF ALTERNATES

A. Add Alternate No. 1: Where identified on the drawings provide all materials and labor necessary in order to shot blast, clean & remove existing exterior kennel floor and trough

Page 37: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

37

finishes and to provide a new poured resinous flooring system in these areas. See specification section 09715 and drawing A1.1.

B. Add Alternate No. 2: Where identified on the drawings provide all materials and labor necessary in order to clean, scrape and repaint the existing interior dog runs including walls, floors and all surfaces. Work is to include the application of two part epoxy paint. See drawings for extent of work and specification section 09900.

Page 38: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

38

NOTICE TO PROSPECTIVE BIDDERS

CERTIFICATION REQUIRED

The City of New Britain Code of Ordinances, Sec. 2-575, reads as follows:

Sec. 2-575. Rejection of bid where bidder is in default to city. The agent shall not accept the bid of a contractor who is in default on the

payment of taxes, licenses or other monies due the city. The agent shall include in the bid document a form to be executed by a

bidder, certifying that said bidder is not in default on the payment of taxes, licenses or other monies due the city.

As used in this section, (1) a principal of a contractor shall mean an individual who is a director, an officer, an owner, a limited partner or a general partner;

and (2) default in the payment of taxes shall mean the failure to pay taxes by the date such taxes are due and payable or the failure to be current with respect to a delinquent taxes payment schedule as set forth in a written agreement with the Tax Collector.

In accordance with this provision, prospective vendors make the following certification:

The principals, as defined above, of the entity submitting responses to Public Bid No. ______ are: (Please type or print clearly and use additional pages if necessary).

1. Name: _______________________________

Local Residence Address (if any) ______________________

Local Mailing Address (if any) ________________________

If a principal, as defined above, in any local entity other than the entity submitting a response to the Public Bid No. listed above, state the entity or entity's name(s) and address(es):

_______________________________

_______________________________

Page 39: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

39

NOTICE TO PROSPECTIVE BIDDERS

CERTIFICATION REQUIRED

2. Name : __________________________________________

Local Residence Address (if any) _____________________

Local Mailing Address (if any) _______________________

If a principal, as described above, in any local entity other than the entity submitting a response to the Public Bid No. listed above, state the entity or entity s names(s) and address(es):

_________________________________________________________

_________________________________________________________

3. Name: __________________________________________________

Local Residence Address (if any) ________________________

Local Mailing Address (if any) __________________________

If a principal, as defined above, in any local entity other than the entity submitting a response to the Public Bid No. listed above, state the entity or entity s name(s) and address(es):

_________________________________________________________

_________________________________________________________

Page 40: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

40

NOTICE TO PROSPECTIVE BIDDERS

CERTIFICATION REQUIRED

4. Name : __________________________________________

Local Residence Address (if any) _____________________

Local Mailing Address (if any) _______________________

If a principal, as described above, in any local entity other than the entity submitting a response to the Public Bid No. listed above, state the entity or entity s names(s) and address(es):

_________________________________________________________

_________________________________________________________

5. Name : __________________________________________

Local Residence Address (if any) _____________________

Local Mailing Address (if any) _______________________

If a principal, as described above, in any local entity other than the entity submitting a response to the Public Bid No. listed above, state the entity or entity s names(s) and address(es):

CERTIFICATION IS HEREBY MADE THAT _______________________ (ENTITY SUBMITTING BID) AND PRINCIPALS THEREOF ARE NOT IN DEFAULT ON PAYMENT OF TAXES, LICENSES, OR OTHER MONIES DUE THE CITY OF NEW BRITAIN AS OF THE DATE OF BID SOLICITATION.

Signature of Principal of Entity Submitting Bid:

___________________________ Date:______________________________

Review by Tax Collector: (To be filled in only if vendor is awarded the contract as the result of Public Bid)

By: __________________________ Date: _____________________________

Page 41: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

41

27 WEST MAIN ST., NEW BRITAIN, CT 06051

PHONE: (860) 826-3434

FAX: (860) 612-4204

E-MAIL: [email protected]

Date: March 14, 2006

Subject: Public Bid No. 3259, Upgrade to New Britain Dog Pound

To Whom It May Concern:

Specifications for subject bid solicitation are enclosed for your review and response.

If you do not submit a bid, we request that you complete the bottom portion of this letter and return to the writer s attention. This shall assist the City of New Britain in maintaining accurate bidders lists.

Your cooperation is greatly appreciated.

Very truly yours,

Joe Turner Acting Purchasing Agent

Company Name:__________________________

Address:_________________________________

__________________________________

We are not responding to subject bid solicitation for the following reason:

Our company does not sell the requested product.

Our company does not provide the requested service.

Our schedule will not allow us to provide the requested service at this time.

Other (please explain):_________________________________________

___________________________________________________________

Page 42: City of New Britainbiznet.ct.gov/purchase/Agency_Bid_Docs/3259.pdf · (USDA), Food and Drug Administration (FDA) and local Health Department. 1.02 SUBMITTALS A. Product Data 1. Latest

This document was created with Win2PDF available at http://www.daneprairie.com.The unregistered version of Win2PDF is for evaluation or non-commercial use only.