3 3I ifAR199 85 - Schrock Commercial

CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
3
3I
Bendix Family Physicians
Project No. 108-048
September 1,2008
Prepared for
CITY OF SOUTH BEND, INDIANA
H
REDEVELOPMENT COMMISSION
by
I
I
I
SOUTH BEND HERITAGE FOUNDATION
I
ifAR199
I
1
Patrick Lynch
Registered Professional Architect
State of Indiana No. AR1 9900085
Seal Affixed on: Sept. 1, 2008
For Bid Opening: September 22, 2008
I
85
SCITY
OF SOUTH BEND, INDIANA
DEPARTMENT OF PUBLIC WORKS
3
Bendix Family Physicians
Project No. 108-048
3
Table of Contents
*
I page
11 Pages
Notice to Bidders
General Conditions
4 Pages
Prevailing Wage Rates
Special Provisions
Section I Section II-
I
26 Pages
Project Description
Prevailing Specifications, Standards, & Reference Specifications
Section III -
Bidding Requirements
Section IV Section V Section VI Section VII Secton VIII Section IX Section X Section XI Section XII Section Xii1 Section XIV Section XV Section XVI Section XVII -
Bonding Requirements
Insurance
Wage Rates
Tax Exempt
Control of Work
Legal Relations
Indemnification
Submittals
Prosecution and Progress
Change of Contact Time
Termination
Uquidated Damages
Retalnage and Final Payment
Warranty
Section XVIII -
Plans
Section XIX DIVISION
DIISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVSION
DMSION
DISION
1
2
3
4
Project Specifications
- General Conditions
- Demolition I Sitework
- Concrete
- Masonry
5 - Metals
6 - Carpenty
7 - Roof
8 - Doors, Windows, Grilles, Hardware
9 - Finishes
10- Specialties
11 - Equipment
15- HVAC & Plumbing
DIVISION 16- Electrical
Plans - September 1,2008 Bid Set
*
I
I
I
City of South Bend Contractor's Bid for Public Work form
Full Set Attached
4 Pages
I
I
NOTICE TO BIDDERS
Notice is hereby given that the City of South Bend, Indiana, Department of Public Works will receive sealed bids at
the office of the Board of Public Works, County City Building Room 1316, 227 W. Jefferson St., South Bend, Indiana, 46601
until the hour of 9:30 a.m., on Monday, September 22, 2008 at which time they will be read aloud, for the following:
Bendix Family Physicians
Project No. 108-048
Work to be performed shall include furnishing all labor, services, materials, insurance and equipment to complete the
Renovation to the Bendix Physicians' Office located at 1010 North Bendix Blvd., South Bend, IN 46628. This Work will
renovate an existing clinic structure and site, all more particularly described on plans and specifications prepared by the
South Bend Heritage Foundation, 303 Lincolnway West, South Bend, Indiana 46618.
i
*]
1
The Contract Documents are on file and available for public inspection or purchase, commencing on Friday,
September 5, 2008, during regular working hours at SBD Reprographics, 1303 Northside Boulevard, South Bend, Indiana
46615. Arrangements to receive the Plans & Specifications by mail can be made by contacting SBD Reprographics at 574287-2944, toll free at 1-800-783-7321 or by logging onto their website at www.sbdraft.com. Commencing Friday,
September 5, 2008, the Plans & Specifications will also be available for review only during regular working hours in the
Department of Public Works, 1316 County-City Building, South Bend, Indiana 46601, at MACIAF, 3215-A Sugar Maple
Court, South Bend, and at Builders Exchange of St Joseph Valley, 2015 W. Western Avenue, South Bend. There will be a
non-refundable charge for the cost of reproduction as set by SBD Reprographics for every set of documents for all bidders.
Questions regarding the project should be directed to Pat Lynch at South Bend Heritage Foundation. 574.289.1066
ext. 203 or patlynch@sbhe,"iage.org.
Ii
A Pre-Bid Conference ill be held at 9 a.m., local time, on Monday, September 15, 2008 at the project site, 1010 N.
Bendix Blvd., South Bend, IN to review the specifics of the bid package and the character and extent of the proposed
project. A bidders must visit the site to determine project conditions. Additional site visits may be arranged through Pat
Lynch at South Bend Heritage Foundation.
Bids must be on the City of South Bend Contractor's Bid for Public Work form, accompanied by a Certified Check or
Bid Bond in the amount of not less than five percent (5%).
Each bidder, contractor or subcontractor (hereinafter the contractor) must fully comply with either Part I or Part 1Uas
applicable, of the bid conditions as to each construction trade it intends to use on this construction contract and all other
construc ion work (both federal and non-federal) in the St. Joseph County area during the performance of this contract or
subcontract. The contractor commits itself to the goals for minority manpower utilization in either Part I or Part II, as
applicable, and all other requirements, terms and conditions of these bid conditions by submitting a property signed bid.
Work under this project is subject to a Common Wage Determination pursuant to IC 5-16-17.
The Contractor shall appoint a company executive to assume the responsibility for the implementation of the
requirements, terms and conditions of bid conditions.
The Board reserves the right to reject any or all bids or to accept a full or partial award of the bid or bids which, in its
judgment, will be to the best interests of the City of South Bend.
3
I
I
I
I
times:
Publish two (2)
Friday, September 5, 2008
Friday, September 12,2008
Board of Public Works
Uinda M. Martin, Clerk
I
I
CITY OF SOUTH BEND
STATEMENT OF POLICY AND CHECKLIST FOR BIDDERS
The Board of Public Works of the City of South Bend had adopted the following policy
regarding receipt of sealed bids:
All bids submitted to the Board of Public Works must be received in the Board of Public
Works Office, 1316 County-City Building, South Bend, Indiana, no later than 9:30 a.m.
on the advertised date of the bid opening.
It shall be the responsibility of the bidder to see that his bid is received prior to the
deadline stipulated in the bid advertisement.
Bids received after the 9230 a.m. deadline will not be considered by the Board.
CITY OF SOUTH BEND
BOARD OF PUBLIC WORKS
Linda M. Martin, Clerk
I
From time to time the South Bend Board of Public Works finds it necessary to reject a bid
because it does not comply with statutory requirements. In preparing your bid, please use the
following checklist in order to make sure that your bid is done in the proper manner.
I
-
___Bid
prepared on the City of South Bend Contractor's Bid for Public Work
form, completely executed.
Proposal Statements and other affidavits all signed by proper party with
name, either printed or typed underneath signature.
I
I
_Proper
bid security included. The Bidder has the option of providing either
a Certified Check or Bid Bond
All required additional information is included with the bid.
I
NOTE: Weekend mail does not reach the Board of Public Works prior to the
9:30 am. deadline
GC-2
I
U
BID CONDITIONS
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
I
NOTICE
EACH
BIDDER,
CONTRACTOR
OR
SUBCONTRACTOR
(HEREINAFTER
THE
CONTRACTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART II, AS APPLICABLE,
OF THESE BID CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENDS TO USE ON
THIS CONSTRUCTION
CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH
FEDERAL AND NON-FEDERAL) IN THE ST. JOSEPH COUNTY, INDIANA, HOME TOWN PLAN
AREA DURING THE PERFORMANCE OF THIS CONTRACT OR SUBCONTRACT.
THE
CONTRACTOR COMMITS ITSELF TO THE GOALS FOR MINORITY MANPOWER UTILIZATION
IN EITHER PART I OR PART II,AS APPLICABLE, AND ALL OTHER REQUIREMENTS, TERMS
U
AND CONDITIONS OF THESE BID CONDITIONS BY SUBMITTING A PROPERLY SIGNED BID.
THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSUME THE
RESPONSIBILITY FOR THE IMPLEMENTATION OF THE REQUIREMENTS, TERMS AND
CONDITIONS OF THESE BID CONDITIONS.
I
I
I'
GC-3
I
I
BID CONDITIONS
I
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
For all Non-Exempt Federal and Federally Assisted Construction Contracts to be awarded in St. Joseph County,
Indiana.
i
Part I
The provisions of this Part I apply to contractors which are party to collective bargaining agreements with labor
organizations which together have agreed to the St. Joseph County Area Construction Program (hereinafter the South
Bend Plan) for equal opportunity and have jointly made a commitment to specific goals of minority and, where
applicable, female utilization. The South Bend Plan is a tripartite voluntary agreement between the South Bend Plan,
together with all implementing agreements that have been and may hereafter be developed pursuant thereto, are
incorporated herein by reference.
I
Any contractor using one or more trades of construction employees must comply with either Part I or Part I of
these Bid Conditions as to each such trade. A contractor may therefore be in compliance with Part I of these Bid
Conditions by its participation with the labor organization which represent its employees in the South Bend Plan as to
one trade provided there is set forth in the South Bend Plan a specific commitment by both the contractor and the labor
organization to a goal of minority utilization for that trade. Contractors using trades which are not contained in Part I
(See Part 11,Section A) must comply with the commitments contained in Part 11including goals for minorities and female
utiization Weforth in Part IL
If a contractor does not comply with the requirements of these Bid Conditions, it shall be subject to the
provisions of Part II.
3
3
Part g
A.
Coverage.
The provision of this Part It shall be applicable to those contractors who:
1.
Are not or hereafter cease to be signatories to the South Bend Plan incorporated by reference In
Part I hereof;
2.
Are signatories to the South Bend Plan but are not parties to collective bargaining agreements;
3.
Are signatories to the South Bend Plan but are parties to collective bargaining agreements with labor
organizations which are not or hereafter cease to be signatories to the South Bend Plan;
4.
Are signatories to the South Bend Plan and are parties to collective bargaining agreements with
labor organizations but the two have not jointly executed a specific commitment to goals for minority
utilization and incorporated the commitment in the South Bend Plan; or
5.
Are participating in an affirmative action plan which is no longer acceptable to the Director, OFCCP,
Including the South Bend Plan;
6.
Are signatories to the South Bend Plan but are parties to collective bargaining agreements with labor
organizations which together have failed to make a good faith effort to comply with their obligations
under the South Bend Plan and, as a result, have been placed under Part IIof the Bid Conditions by
the Office of Federal Contract Compliance Programs.
B.
Reguirement - Affirmative Action Plan.
Contractors described in paragraphs 1-6 above shall be subject to the provisions and requirements of Part i of
these Bid Conditions including, the goals and timetables for minority and female utilization, and specific affirmative
actions steps set forth in Sections B, 1 & 2, of this Part I. The contractor's commitment to the goals for
I
I
I
GC--4
minority and female utilizations as required by this Part 11constitutes a commitment that it will make every good faith
effort to meet such goals.
1. Goals and Timetables. The goals of minority utilization required of the contractor are applicable to each
trade used by the contractor in the South Bend Plan area and which is not otherwise bound by the
provisions of Part I.
For all such trades, the following goals and timetables shall be applicable:
1
Goals for Minority Utilization
Until further notice: 7.1%
Goals for Female Utilization2
411178 - 3/31/79 3.1%
4/1/79-3/31/80 5.1%
4/1/80 - 3/31181 6.9%
The goals of minority and female utilization above are expressed in terms of hours of training and employment
as a proportion of the total number of hours to be worked by the contractor's aggregate work force, which includes all
supervisory personnel, in each trade on all projects (both Federal and non-Federao in the South Bend Plan area during
the performance of its contract (i.e., the period beginning with the first day of work on the Federal or Federafly-assisted
construction contract and ending with the last day of work.)
The hours of minority employment and training must be substantially Lmiform throughout the length of the
contract in each trade and minorities must be employed evenly on each of a contractor's projects. Therefore, the
transfer of minority employees or trainees from contractor to contractor or from project-to-project for the purpose of
meeting the contractor's goals shall be a violation of Part IIof these Bid Conditions.
If the contractor counts the nonworking hours of trainees and apprentices in meeting the contractors goals,
such trainees and apprentices must be employed by the contractor during the training period; the contractor must have
made a commitment to employ the trainees and apprentices at the completion of their training subject to the availability
of employment opportunities; and the trainees must be trained pursuant to training programs approved by the Bureau of
Apprenticeship and Training for "Federal Purposes" or approved as supplementing the South Bend Plan.
2.
Specific Affirmative Action Steps. No contractor shall be found to be in noncompliance with Executive
Order 11246, as amended, solely on account of its failure to meet its goals, but shall be given an opportunity to
demonstrate that the contractor has instituted all the specific affirmative actions steps specified in this Part II and as
made every good faith effort to make these steps work toward the attainment of its goals within the timetables, all to the
purpose of expanding minority utilization in its aggregate work force in the South Bend Plan area. A contractor subject
to Part I which fails to comply with its obligations under the Equal Opportunity clause of its contract including failure to
meet its fair share obligation if provided in the South Bend Plan or subject to Part II which fails to achieve its
commitments to the goals for minority utilization has the burden of proving that it has engaged in an affirmative action
program directed at increasing minority utilization and that such efforts were at least as extensive and as specific as the
folowing:
1
"Minofity is defined as including Blacks, Spanish surnamed Americans, Orientals, and American Indians, and includes
both minority men and women.
2
/h the event that any work which is subject to these Bid Conditions is performed in a year later than the latest year for
which goals of female utilization have been established, the goals for the last year of the Bid Conditions will be
applicable to such work.
GC-5
U
U
I
a. The contractor should have notified minority organizations when employment opportunities were
available and should have maintained records of the organizations' response.
b. The contractor should have maintained a file of the names and addresses of each minority referred to
it by any individual or organization and what action was taken with respect to each such referred
individual, and if the individual was not employed by the contractor, the reasons thereof. If such
individual was sent to the union hiring halt for referral and not referred back by the union or if referred,
not employed by the contractor, the file should have documented this and the reasons therefore.
c. The contractor should have promptly notified the contracting or administering agency and the Office of
Federal Contract Compliance Programs when the union or unions with which the contractor has
collective bargaining agreements did not refer to the contractor a minority
by the contractor or
when the contractor had other Information that the union referral process hassent
impeded
efforts to meet
its goals.
d. The contractor should have disseminated its EEO policy within its organizations by including it in any
employee handbook or policy manual; by publcizing it in company newspapers and annual reports,
and by advertising such policy at reasonable intervals in union publications. The EEO policy should be
further disseminated by conducting staff meetings to explain and discuss the policy; by posting of the
policy; and by review of the policy with minority employees.
The contractor should have disseminate its EEO policy externally informing and discussing with all
recruitment sources; by advertising in news media, specifically including minority news media; and by
notifying and discussing it with all subcontractors.
f. The contractor should have made both specific and reasonably recurrent written and oral recruitment
efforts. Such efforts should have been directed at minority organizations, schools with substantial
minority enrollment, and minority recruirment and training organizations within the contractor's
recruitment area.
g. The contractor should have evidence available for inspection that all tests and other selection
techniques used to select from among candidates for hire, transfer, promotion, training or retention are
being used in a manner that does not violate the OFCCP Testing Guidelines in 41 CFR Part 60-3.
h. The contractor where reasonable shouid have developed on-the-Job training opportunities and
participated and assisted in all Department of Labor funded and/or approved training programs
relevant to the contractors employee needs consistent with Its obligations under this Part II.
i. The contractor should have made sure that seniority practices and job classifications do not have
discriminatory effectj. The contractor should have made certain that all facilities were not segregated by race.
k. The contractor should have continually monitored all personnel acivities to ensure that its EEO policy
was being carded out including the evaluation of minority employees for promotional opportunities on a
quarterly basis and the encouragement of such employees to seek those opportunities.
1. The contractor should have solicited bids or subcontracts from available minority subcontractors
engaged
in the trades covered by these Bid Conditions, including circulation of minority contractor
associations.
I.
I
Note: The Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the
compliance agency staff will provide technical assistance on questions pertaining to minority recruitment sources,
minority community organizations and minority news media upon receipt of a request for assistance from a contractor.
UA
I
I
I
I
GC-8
I
I
3Subseeuent Signatory to the South Bend Plan. Contractors that are subject to the requirements of
Part IIat the time of the submission of their bids which, together with labor organizations with which they have collective
bargaining agreements subsequently become signatory to the South Bend Plan, either individually or through an
association, will be deemed bound to their commitments to the South Bend Plan from their commitments to the South
Bend Plan from that lime until and unless they once again become subject to the requirements of Part IIpursuant to
Section A. 1-6.
4.
Non-discrimination. In no event may a contractor utilize the goals and affirmative action steps required
by this Part IIin such a manner as to cause or result in discrimination against any person on account of race, color,
religion, sex, or national origin.
Part llt
Compliance and Enforcement. In alt cases, the compliance of a corractor will be determined in accordance with its
obligations under the terms of these Bid Conditions. Therefore, contractors who are governed by the provisions of
either Part I or Part II shall be subject to the requirements of that Part regardless of the obligations of its prime
contractor or lower tier subcontractors.
AD contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to
inform their subcontractors in writing of their respective obligations under the terms and requirements of these Bid
Conditions, including the provisions relating to goals of minority employment training.
A.
Contractors Subiect to Part I.
1.
A contractor covered by Part I of these Bid Conditions shall be in compliance with Executive Order
11246, as amended, the implementing regulations and its obligations under part I, provided the contractor together with
the labor organization or organizations with which it has a collective bargaining agreement meet the goals for minority
utilization to which they committed themselves in the South Bend Plan, or can demonstrate that every good faith effort
has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be
instituted unless the Office of Federal Contract Compliance Programs determines that the contractor has violated a
substantial requirement in the South Bend Plan or Executive Order 11246, as amended, and its implementing
regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided
in the South Bend Plan or has engaged in unlawful discrimination. Such violations shall be deemed to be
noncompliance with the Equal Opportunity clause of the contract, and shall be grounds for imposition of the sanctions
and penalties provided for in Executive Order 11246, as amended.
2.
The OFCCP shall review Part I conractors' employment practices during the performance of the
contract. Further, OFCCP shall be solely responsible for any final determination that the South Bend Plan is no longer
an acceptable affirmative action program and the consequences thereof. The OFCCP may, upon review and notice to
the contractor and any affected labor organization, determine that the South Bend Plan no longer represents effective
affirmative action. In that event, it shall be solely responsible for shy final determination of that question and the
consequences thereof.
3.
Where OFCCP finds that a contractor has failed to comply with the requirements of the South Bend
Plan and its obligation under Part I of these Bid Conditions, it shall take such action and/or impose such sanctions as
may be appropriate under the Executive Order and its regulations, when the contractor has not met the requirements of
these Bid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause
shall shift to it the requirement to come forward with evidence to show that it has met the good faith requirements of
these Bid Conditions by instituting at least the specific affirmative actions steps listed in Part II, Section 2. The
contractor must also provide evidence of its steps toward the attainment of its trade's goals within the timetables set
forth in the South Bend Plan. The pendency of such formal proceedings shall be taken into consideration by Federal
agencies in determining whether such contractor can comply with the requirements of Executive Order 11246, as
I
I
3
U
I
U
I
U
amended, and is therefore a "responsible prospective contator within the meaning of basic principles of FederalI
procurement law.
B.
Contractors Subject to Part I1. In regard to Part IIof these Bid Conditions, if the contractor meets the goals set
forth therein or can demonstrate that it has made every good faith effort to meet these goals, the contractor shall be
presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its
obligations under Part IIof these Bid Conditions. In that event, no formal sanctions or proceedings leading toward
sanctions shall be instituted unless the contracting or administering agency otherwise determines that the contractor Is
violating the Equal Opportunity clause.
a
GC-7
I
U
U
Where the agency finds that the contractor failed to comply with the requirements of Executive Order 11246, as
amended, the implementing regulations and the obligations under Part IIof these Bid Conditions, the agency shall take
such action and impose such sanctions, which include suspension, termination, cancellation, and debarment, as may
be appropriate under the Executive Order and its regulations. When the agency proceeds with such formal action it has
the burden of proving that the contractor has not met the goals contained in Part II of these Bid Conditions. The
contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has
met the good faith requirements of these Bid Conditions by instituting at least the specific affirmative action steps listed
in Part II, Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in
determining whether such contractor can comply with the requirements of Executive Order 11246, as amended, and is
therefore a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law.
C.
Obligations Apolicable to Contractors Subject to Either Part I or Part II. It shall be no excuse that the union with
which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority
employees. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining
agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral for employment,
even if pursuant to provisions of a collective bargaining agreement, is prohibited by the National Labor Relations Act, as
amended, and Title VII of the Civil Rights Act of 1964, as amended. It is the policy of the Office of Federal Contract
Compliance Programs that contractors have a responsibility to provide equal employment opportunity if they wish to
participate in federally involved contracts. To the extend they have delegated the responsibility for some of the
employment practices to a labor organization and, as a result, are prevented from meeting their obligations pursuant to
Executive Order 11246, as amended, such contractors cannot be considered to be In compliance with Executive Order
11246, as amended, its implementing rules and regulations.
Part IV
General Requirements.
1. Contractors are responsible for informing their subcontractors in writing, regardless of ter, as to their
respective obligations under Part I and II hereof, as applicable. Whenever a contractor sub-contracts a
portion of the work in any trade covered by these Bid Conditions, it shall include these Bid Conditions in such
subcontracts and each subcorfactor shah be bound by these Bid Conditions to the full extent as if it were the
prime contractor. The contractor shall not, however, be held accountable for the failure of its subcontractors
to fulfill their obligations under these Bid Conditions. However, the prime contractor shal give notice to the
Assistant Regional Administrator of the Office of Federal Contract Compliance Programs of the Department
of Labor and to the contracting or administering agency of any refusal of failure of any subcontractor to fulfill
its obligations under these Bid Conditions. A subcontractor's failure to comply will be treated in the same
manner as such failure by a prime contractor.
2. Contractors hereby agree to refrain from entering into any contract or contract modification subject to
Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a
"responsible" bidder for Government contracts and Federally assisted construction contracts pursuant to the
Executive Order.
3. The contractor shall carry out such sanctions and penalties for violation of these Bid Conditions and the
Equal Opportunity clause including suspension, termination and cancellation of existing subcontracts and
debarment from future contracts as may be imposed or ordered pursuant to Executive Order 11246, as
amended, and its implementing regulations by the contracting or administering agency and the Office of
Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties
shall also be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as
amended.
4. Nothing herein is intended to relieve any contractor during the term of its contract from compliance with
Executive Order 11246, as amended, and the Equal Opportunity clause of its contract with respect to matters
not covered in the South Bend Plan or in Part IIof these Bid Conditions.
5, The procedures set forth in these Bid Conditions shall not apply to any contract which the head of the
contracting or administering agency determines is essential to the national security and its award without
following such procedures is necessary to the national security. Upon making such deterrination, the
agency head will notify, in writing, the Director of the Office of Federal Contract Compliance Programs within
thirty days.
6 Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the Director,
Office of Federal Contract Compliance Programs, U.S. Department of Labor, Washington, D.C. 20210, and
shall be forwarded through and with the endorsement of the head of the contracting or administering agency.
7. Contractors must be keep such records and file such reports relating to the provisions of these Bid
Conditions as shall be required by the contracting or administering agency or the Office of Federal Contract
I
GC-8
I
I
Compliance Programs.
For the information of bidders, a copy of the South Bend Plan may be obtained from the contracting officer.
A fist of trades which are currently participating in the South Bend Plan may be obtained from OFCCP, or the
contracting or administering agency.
I
I
GC-I
U
U
CITY OF SOUTH BEND
EEO CONTRACTING PROVISIONS
*
It Is the policy of the City of South Bend to provide equal employment and business opportunity for all persons,
partnerships, companies, and corporations in accordance with the rules, regulations and guidelines of the applicable
federal, state and local laws. This policy of equal employment and business opportunity shall apply to every contractor
or subcontractor bidding or holding a public contract with the City of South BendIn furtherance of this policy, the following Equal Opportunity Clauses are hereby made a part of every
construction contract entered into by the City of South Bend and all subcontractors entered into pursuant to any such
contract and the bidder hereby certifies that it/he/she will abide bythese provisions.
IThe
contractor will not discriminate against any applicant or employee because of race, color, religion, sex,
national origin, or handicap. The contractor will take affirmative action to ensure that all applicants or
employees are treated fairly and equitably. Such action shall include but not be limited to the following: hiring,
up-grading, demotion or transfer, recruitment, advertising, lay-offs or termination, rates of pay or other forms of
compensation and selection for training including apprenticeship programs.
The contractor shall agree to post In conspicuous places available to employees and applicants, notices to be
provided setting forth the provisions of the Non-Discrimination Clause.
The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor,
state that all qualified applicants will receive consideration for employment without regard to race, color,
religion, sex or national origin.
The contractor will send to each labor union or representative of workers with which he has a bargaining
agreement or other contract or understanding, a notice to be provided, advising the labor union or worker's
representatives of the contractor's commitment under this section, and shall post copies of the notices in
conspicuous places available to applicants and employees.
The contractor will comply with all provisions of Executive Order 11246 (as amended by 11375) and of the
rules, regulations and relevant orders of the Department of Labor.
Subpart B - Contractors' Agreements
3
Except in contracts exempted in aiccordanc with Section 204 of this Order, all Government
Sec. 202.
contracting agencies shall include in every Government contract hereinafter entered into the following provisions:
"During the performance of this contract, the contractor agrees as follows:'
"(1) The contractor will not discriminate against any employee or applicant for employment because of race, color,
religion, sex, or national origin, The contractor will take affirmative action to ensure that applicants are employed, and
that employees are treated equally during employment, without regard to their race, color, religion, sex or national
origin. Such action will include, but not be limited to the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment adveultsing; layoff or termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and
applicants for employment notices to be provided by the contracting officer setting forth the provisions of this
nondiscrimination clause."
"(2)
The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor,
state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or
national origin."
I
I
I
GC-10
"(3)
The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract of understanding, a notice, to be provided by the
agency contracting officer, advising the labor union or workers' representative of the contractor's
commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post
copies of the notice in conspicuous places available to employees and applicants for employment."
"(4)
The contractor will comply with all provisions of Executive Order No. 11246 of September 24,
1965, and of the rules and regulations, and relevant orders of the Secretary of Labor."
"(6)
The contractor will furnish all information and reports required by Executive Order No. 11246
of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency
and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders."
"(6)
In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of such rules, regulations, or orders, in this contract may be cancelled, terminated
or suspended In whole or in part and the contractor may be declared ineligible for further Government
contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24,
1966, and such other sanctions may be imposed and remedies invoked* as provided in Executive
Order No 11246 of September 24, 1965, or by rule, regulations, or order of the Secretary of Labor, or
as otherwise provided by law."
"(7)
The contractor will include the portion of the sentence immediately preceding paragraph (1)
and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of tie Secretary of Labor issued pursuant to Section 204 of
Executive Order 11246 of September 24, 1965, so that such provisions wil be binding upon each
subcontractor or vendor. The contractor will take such action With respect to any subcontract or
purchase order as the adsninistering agency may direct as a means of enforcing such provisions
including sanctions for noncompliance: Provided, however, that in the event a contractor becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction
by the administering agency the contractor may request the United States to enter into such litigation
to protect the interests of the United States."
The applicant further agrees that itwill be bound by the above equal opportunity clause with respect to
its own employment practices when itparticipates in federally assisted construction work: Provided,
that if the applicant so participating is a State or local government, the above equal opportunity clause
is not applicable to any agency, instrumentality or subdivision of such government which does not
participate in work on or under the contract.
The applicant agrees that it will assist and cooperate actively with the administring agency and the
Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal
opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will
furnish the administering agency and the Secretary of Labor such information as they may require for
the supervision of such compliance, and that it will otherwise assist the administering agency in the
discharge of the agency's primary responsibility for securing compliance.
The applicant further agrees that it will refrain from entering into any contract or contract modification
subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has
not demonstrated eligibility for, Government contracts and federally assisted construction contracts
pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the
equal opportunity clause as may be imposed upon contractors and subcontractors by the
administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order.
In addition, the applicant agrees that if t fails or refuses to comply with these undertakings, the
administering agency may take any or all of the following actions: Cancel, terminate, or suspend in
whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further
assistance to the applicant under the program with respect to which the failure or refund occurred until
satisfactory assurance of future compliance has been received from such applicant; and refer the case
to the Department of Justice for appropriate legal proceedingsCorrected to read "invoked". In the original text the word 'involved" was printed In error.
GC-11
U
CITY OF SOUTH BEND, INDIANA
CONTRACTOR'S BID FOR PUBLIC WORK
IProject Name
5_
For Bids Due
3
Bendix Family Physicians
Project No. 108-048
Monday, September 22, 2008
PART I
(Must be completed for all bids. Please type or print)
Bidder (Finn):
Date:
IAddress:
rn
I
i
City/State/Zip:
Telephone Number:.,)
Agent of Bidder (fApplicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the
publicworks project of:
Bendix Family Physicians. Project number 108-048
the City of South Bend, Indiana, in accordance with plans and specifications prepared by:
South Bend Hertage Foundation. Plans dated September 1,2008 and specifications
dated
3
'
Sept. 1, 2008
for the sum of (enter the Total Bid as shown on the Proposal)
I()
(Enter sum of Base Bid plus positive Alternates)
(Numerical)
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. f alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as that
shown inthe original contract if accepted by the City of South Bend. Ifthe bid is to be awarded on a unit basis, the
itemization of the units shall be shown on a separate attachment.
(Signature)
ACCEPTANCE
'
The above bid is accepted this
I
(Printed Name of Person Signing)
day of
200
Subject to the following conditions:
.!,
BOARD OF PUBLIC WORKS
Gary A.Gilot, President
I
Cad P.Littrell, Member
ATTEST:
I
Donald E.
Inks, Member
Linda M.Martin, Clerk
Ii
I
3
3
3
PART II
(For projects of $100,000 or more - IC36-1-12-4)
These statements to be submitted under oath by each bidder with and as part of his bid,
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
1. Attach information regarding projects your organization has completed for the period of one (1) year
prior to the date of the current bid.
-
U
2. Attach a listing of public works projects currently in process of construction by your organization.
3. Attach information regarding any failure to complete any work awarded to you and the location
thereof.
4. Attach references from private firms for which you have performed work.
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
i
1. Attach an explanation of your plan or layout for performing proposed work. (Examples could include
a narrative of when you could begin work, complete the project, number of workers, etc. and any
other information which you believe would enable the City of South Bend to consider your bid.)
2. Attach a listing of the names and addresses of all subcontractors (i.e. persons or firms outside your
own firm who have performed part of the work) that you have used on public works projects during
the past five (5) years along with a brief description of the work done by each subcontractor.
i
1
3. If you intend to sublet any portion of the work, attach the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you
are unable to currently provide a listing, please understand a listing must be provided prior to
contract approval. Until the completion of the proposed project, you are under a continuing
obligation to immediately notify the City of South Bend in the event that you subsequently determine
that you will use a subcontractor on the proposed project
4. Attach a listing of equipment you have available to use for the proposed project.
S. Have you entered into contracts or received offers for all materials which substantiate the prices
used in preparing your proposal? If not, attach an explanation for the rationale used which would
corroborate the prices listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
I
Attachment of bidder's financial statement is mandatory. Any bid submitted without said
financial statement as required by statute shall thereby be rendered invalid. The financial statement
provided hereunder to the City of South Bend awarding the contract must be specific enough in detail
so that said City of South Bend can make a proper determination of the bidder's capability for
the project if awarded.
Icompleting
I
I
I
I
I
PART III
CONTRACTOR'S NON - COLLUSION AFFIDAVIT, NON-DEBARMENT AFFIDAVIT, NONDISCRIMINATION COMMITMENT FOR CONTRACTORS, AND CERTIFICATION OF USE
OF UNITED STATES STEEL PRODUCTS OR FOUNDRY PRODUCTS
(Must be completed for all bids. Please type or print)
5The
undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member,
representative, or agent of the firm, company, corporation or partnership represented by him, entered into any
combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to
prevent any person from bidding nor to Induce anyone to refrain from bidding, and that this bid is made without
reference to any other bid and without any agreement, understanding or combination with any other person in
reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly any
rebate, fee, gift, commission or thing of value on account of such sale.
E
S
IContractor
The prospective contractor certifies, by submission of this proposal that neither it nor its principals are presently
debarred, suspended, proposed for debarment, declared Ineligible, or voluntarily excluded from participation in
this transaction by any Federal department or agency.
The undersigned contractor agrees that the following nondiscrimination commitment shall be made a part of any
contract which it may henceforth enter into with the City of South Send, Indiana or any of its agencies, boards or
commissions.
agrees not to discriminate against or intimidate any employee or applicant for employment in the
performance of this contract with privileges of employment, or any matter directly or indirectly related to
employment, because of race, religion, color, sex, handicap, national origin or ancestry. Breach of this provision
may be regarded as a material breach of the contract.
I,the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligations
to the use of steel products or foundry products made in the United States (I.C. 5-18-8-1 et seq.). I hereby certify
that I and all subcontractors employed by me for this project will use U.S. steel products or foundry products on
this project if awarded. I understand that violations hereunder may result in fofeiture of contractual payments.
I hereby affirm under the penalties for perjury that the facts and information contained in the foregoing bid for
public works are true and correct.
(Namne of Orgaibation)
ft
STATE OF
(prnted Name and Tile of Person Signing)
ACKNOWLEDGEMENT
)
)GS
COUNTYOF
I
I
I
I
)
Before me, a Notary Publio, personatly appeared the above-named
and swore that the statements contained In the foregoing document are true and correct.
day of
Subscribed and sworn to before me this
(Noary Public Signature)
(Notary Printed Name)
County of Residence
Commission Expiration
I
BID/PROPOSAL
CITY OF SOUTH BEND
Physicians
Project Name Bendix Family
Project No. 108-048
For Bids Due Monday, September 22, 2008
£
5
ITEM
NO.
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL AMOUNT
Lump Sum
$
Lump Sum
$
1
BASE BID:
2
Alternate 1.01: parking lot resurface
1
1
3
Alternate 1.02: parking lot light pole
1
Lump Sn
$
4
5
Alternate 1.03: basin & chain
Alternate 1.04: EIFS
1
Lump Sum
$
1
Lump Sum
$
Total Bid
$
Transfer total of Base Bid Plus all positive
Alternates to Total Bid on page 1 of this form
i
Bidder (Firm):
Address:
Telephone Number:
City/State/Zp:
(
i
3
By
(Signature)
(Printed Name of Person Signing)
I
I
i
I
I
I
i
I
DEPARTMENT OF PUBLIC WORKS
CITY OF SOUTH BEND, INDIANA
SPECIAL PROVISIONS
Bendix Family Physicians
Project No. 108-048
3
I.
I
PROJECT DESCRIPTION
Work to be performed shall include furnishing all labor, services, materials, insurance and
equipment to complete the Renovation to the Bendix Family Physicians located at 1010 North Bendix
Blvd., South Bend, IN 46628. This Work will renovate an existing clinic structure and site, all more
particularly described on plans and specifications prepared by the South Bend Heritage Foundation,
803 Lincodnway West, South Bend, Indiana 46616.
II.
g
PREVAILING SPECIFICATIONS. DESIGN & CONSTRUCTION STANDARDS AND
REFERENCE SPECIFICATIONS
The City of South Bend's PREVAILING SPECIFICATIONS, most recent version, and DESIGN &
CONSTRUCTION STANDARDS, most recent version, are to be used on this project.
In addition to the specifications listed above, the REFERENCE SPECIFICATION referred to in
the Special Provisions is SBHF SPECIFICATIONS, dated September 1, 2008.
I
Each bidder is specifically instructed to become completely familiar with the PREVAIUNG
SPECIFICATIONS, the DESIGN & CONSTRUCTION STANDARDS, and the REFERENCE
SPECIFICATIONS prior to submitting a bid.
These SPECIAL PROVISIONS will list only "Additionsr or "Deletions" to the PREVAILING
I
SPECIFICATIONS, DESIGN & CONSTRUCTION STANDARDS, or the REFERENCE
SPECIFICATIONS and are to be used only in conjunction with the PREVAILING
SPECIFICATIONS,
DESIGN
& CONSTRUCTIN
STANDARDS,
or the
REFERENCE
SPECIFICATIONS.
In the event of conflict between the SPECIAL PROVISIONS and the REFERENCE OR
PREVAILING SPECIFICATIONS, the SPECIAL PROVISIONS will govern.
3
Wherever the Prevailing Specifications states 02005 INDOT Standard Specifications, it shall be
understood to include all supplemental specifications In force by the dated notice to proceed.
Ill.
BIDDING REQUIREMENTS
A.
B.
IV.
Prevailing Specificotions: 2006, INDOT Standard Specifications Section 102
Additions:
I.
Each Bidder shall completely execute and submit the following documents with the
bid:
a.
City of South Bend Contractor's Bid for Public Work
b.
5% Bid Bond or Certified Check
BONDING REQUIREMENTS
A.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 103
B.
Additions:
SP- 1
1.
V.
The successful bidder shall supply the following bonds within seven (7) days of
notification of award:
a.
Payment Bond for an amount equal to one hundred percent (100%) of
the contract amount.
b.
Performance Bond for an amount equal to one hundred percent (125%)
of the contract amount.
c.
Maintenance Bond shall be presented with the Completion Affidavit in
the amount of ten percent (10%) of the final contract amount for three (3)
years after the date of completion.
INSURANCE
A.
B.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 103
Additions:
I.
All Contractors and subcontractors doing business with the City of South Bend shall
present a Certificate of Insurance showing coverage in the following mimum
amount5
General Liability:Premises-Completed Operations or Products, Bodily Injury and
Property Damage Combined Single Limit - $5,000,000 and $700,000 per person.
There shall be no exclusion for explosion, collapse or underground hazard.
Workmen's Compensation:
Auto Liability:
Statutory State of Indiana Employer's Liability $100,000.
Bodily Injury and Property Damage Combined Single limit $1,000,000
City of South Bend shall be named as additional insured on the Certificate.
the date of final completion as set forth in the final completion affidavit.
VI.
WAGE RATES
A.
B.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 103
Additions:
1.
Work under this project shall be subject to a common wage determination pursuant to
IC 5-16-7. The successful Bidder is required to submit Form 347, Weekly Payroll
form, to the EEO Compliance Officer within two (2) weeks of the applicable payroll
date.
2.
The Contractor shall post at the job site any and all information required to comply
with EEO guidelines.
3.
VII.
B.
VIII.
The Contractor, and any sub-contractors, shall submit a schedule of wages to be paid
on the project prior to beginning work on the site.
TAX EXEMPT
A.
5
Prevailing Specifications: None
Additions:
1.
Materials and properties purchased under contract with the Owner that becomes a
permanent part of the structure or facilities constructed are not subject to the Indiana
Gross Retail Tax (Sales Tax). The exemption number will be furnished to the
Contractor upon award.
CONTROL OF WORK
A.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 105
B.
Additions:
SP-2
I
I
1.
2.
3.
IX.
I
SSIP
Prevailing Specifications: None
Additions:
1.
Contractor agrees to indemnify, defend and hold harmless South Bend Heritage
Foundation, the City of South Bend, their agents, officers and employees, from all
costs, losses, claims and suits, including court costs, attorney fees, and other
expenses, arising from or out of the negligent performance of this Contract by
Contractor, or because or arising out of any defect in the goods, materials or
equipment supplied by the Bidder.
SUBMITTALS & SHOP DRAWINGS
A.
B.
XI.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 107
Additions:
The Owner, where mentioned in these documents, is the City of South Bend. The
1.
Owner's representative, where mentioned in these documents, is the South Bend
Heritage Foundation.
2.
The Contractor shall apply for and obtain any and all required permits for the work
from local, state, and federal agencies and shall comply with permit requirements,
including the St. Joseph County I City of South Bend Building Department.
3.
If the Contractor awarded this contract is not a resident of Indiana, within thirty days,
the Contractor shall provide the SBHF with proof that the Contractor is duly licensed,
qualified and registered with the Secretary of State of Indiana to engage in business
within the State of Indiana.
INDEMNIFICATION
A.
B.
XI.
the City of South Bend, Indiana through his authorized representative, the South
Bend Heritage Foundation.
Construction Engineering - The Contractor shall provide all the necessary, qualified
personnel, equipment and supplies to perform all work required under this item.
There will be no direct payment for this item.
These specifications have been prepared by South Bend Heritage Foundation as
agent for the City of South Bend.
LEGAL RELATIONS
A.
B.
X.
The complete responsibility for this project lies with the Director of Public Works of
Prevailing Specifications: 2006, INDOT Standard Specifications Section 106
Additions:
1.
Submit seven M7 copies of the submittals for all equipment or materials used in
Phase 3-B of this project to the South Bend Department of Public Works for approval.
2.
The Department of Public Works will review and return two (2) copies of the
submittals within five (5) working days3.
The review of the submittal information by the Department of Public Works Is to
facilitate the satisfactory acceptance of the equipment. This review shall neither
relieve the contractor from the responsibility for deviations from the Specifications,
nor from errors and omissions in the shop drawings or literature. Parts found not
meeting the requirements of these Specifications shall be removed, repaired or
replaced at no cost to the OWNER.
4.
Submittals shall include complete manufacturer's descriptive Information and shop
drawings for all the parts furnished under this contract.
5.
Upon completion of project, the Contractor will supply one (1) conformed set of all
submittals to the City of South Bend.
6.
Identify any variances with the Contract Documents
7.
Submit initial progress schedule within 15 days after Notice to Proceed
PROSECUTION AND PROGRESS
-3
i
I
i
A.
B.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 108
Additions:
1. Contractor will provide access to all adjacent properties during construction.
2. The project will have the following time limits:
a. 120 calendar days from Notice to Proceed to Substantial Completion.
b, Reasonable additional time to Substantial Completion will be allotted by the Owner's
Representative for each additional item selected from the "Add"section of the Bid
Form.
3. Bid Package Descriptions:
a. Refer to Section XIX., DIVISION 1, 1.21 for a complete description of the project.
4. Notice to Proceed will be given upon receipt of signed Contract, bonds, and Certificate(s) of
Insurance. Work shall be limited to the hours of 7:00 a-m. to 6:00 p.m. Monday through
Friday. There
will be no work on weekends or holidays unless approved in advance by the
Owner's
Representative.
XIII.
CHANGE OF CONTRACT TIME
A.
B.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 108
Additions:
1.
The Contract Time may only be changed by Change Order. Any Claim for an
extension in the Contract Time shall be based on written notice delivered to the
Owners Representative within fifteen (15) calendar days of the occurrence of the
event giving rise to the claim. Notice of the extent of the claim with supporting data
shall be delivered within forty-five (45) calendar days after such occurrence unless an
official of the Public Works Department allows an additional period of time to
ascertain more accurate data. The Contract Time will be extended in an amount
equal to time lost to delays beyond the control of the Contractor if a claim is made in
accordance with this provision. Such delays shall include acts of neglect by SBHF
acting as agent for the City of South Bend, or to fires, flood, labor disputes,
epidemics, abnormal weather conditions, governmental procedures, or acts of God.
XIV.
TERMINATION
A.
B.
XV.
Prevailing Specifications: 2006, INDOT Standard Specifications Section 108
Additions:
1.
The obligation to perform under the terms of this Agreement may be terminated by an
official of the Department of Public Works, with approval from the Board of Public
Works, with or without cause upon fourteen (14) calendar days, written notice to
Contractor. This Agreement may be terminated by Contractor upon fourteen (14)
calendar days written notice to Department of Public Works in the event of
substantial failure of Public Works employees and agents to perform In accordance
with the terms hereof. If an official of the Public Works Department terminates the
Contract for any cause, it shall deduct from whatever is owed the Contractor on the
Contract or any other contract, any amount sufficient to compensate the City of South
Bend for any damages suffered by itbecause of the Contractore wrongdoing.
UQUIDATED DAMAGES
A.
B.
Prevailing Speciications: 2006, INDOT Standard Specifications Section 108
Additions:
1.
The contractor shall proceed with the work at such rate of progress to insure full
completion within the Contract Time. It is expressly understood and agreed, by and
between the Contractor and the Owner, that the Contract Time for completion of the
work described herein Is a reasonable time, taking into consideration the average
climatic and economic conditions and other factors prevailing in the locality of the
work, and excludes the time for unavoidable delays which were beyond the control
SP- 4
I
I
I
2.
3.
3
XVl.
RETAINAGE AND FINAL PAYMENT
A.
B.
XVII.
I
XIX.
Prevailing Specifications: None
Additions:
1.
All parts shall include the following:
a.
Performance specifications;
b.
Bill of materials
G.
Warranties on all parts; and
d.
Installation and safety requirements.
PLANS
A.
B.
3
Prevailing Specifications: 2006, INDOT Standard Specifications Section 109
Additions:
1.
The Contractor may apply for a progress payment once each calendar month. Refer
to Section XIX., Division 1, 1.07 below for payment request procedures.
2.
Ten percent (10%) retainage will be held on the first 50% of the contract sum. Zero
percent (0%) will be held on the balance until project completion.
3.
Before final payment is released the Contractor must satisfy the following:
a.
All parts and labor meet requirements stated in the specifications.
b.
Provide copies of test reports or cut sheets on all materials supplied.
c.
Provide copies of the record drawings.
d.
One (1) copy of the Completion Affidavit, one (1) copy of the maintenance
bond, and one (1) copy of a Waiver of Lien are submitted to South Bend
Heritage Foundation acting as agent for the City of South Bend.
WARRANTY
A.
B.
XVIII.
and without the fault of the Contractor.
If the Contractor shall fail to complete the work within the Contract Time, or extension
of time granted by the Owner, then the Contractor will pay to the Owner the amount
for liquidated damages a sum of three hundred dollars ($300.00) for each calendar
day that the Contractor shall remain in default after the time of completion stipulated
in the Contract Documents.
The Contractor shall not be charged with liquidated damages or any excess cost
when the delay in completion of the work is due to the following and the Contractor
has promptly given written notice of such delay to the Owner and EngineerArchitect.
a.
To any preference, priority, or allocation order duly issued by the Owner.
b.
To unforeseeable causes beyond the control and without the fault or
negligence of the Contractor, including but not restricted to acts of God, acts
of public enemy, acts of the Owner, acts of another Contractor in the
performance of a Contract with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes, and abnormal and
unforeseeable weather.
Prevailing Specifications: none
Additions:
1.
Architectural Bid Set dated September 1, 2008.
2.
The work shall conform to the plans.
3.
The CONTRACTOR is responsible for verifying dimensions and quantities of
materials shown in the plans.
4.
In the event that the Special Provisions and the Plans conflict, the Special Provisions
shall govern.
PROJECT SPECIFICATIONS
A.
Reference Specification: None
B,
Additions:
SP
- 5
SBHF Specifications:
DIVISION 1 - General Conditions
DMSION 2 - Demolition I Sitework - per plans
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
DIVISION
3 - Concrete - per plans
4 - Masonry - n.tc.
5 - Metals - per plans
6 - Carpentry - per plans
7 - Roof - per plans & written specifications
8 - Doors, Windows, Grilles, Hardware - per plans & written specs.
9 - Finishes - per plans
10- Specialties - per plans
11- Equipment - per plans
15- HVAC & Plumbing - per plans
16- Electrical - per plans
I
I
I
I
SP-6
S-6
I
I
I
U
1
U
I
I
DIVISION I - GENERAL CONDITIONS
I
1.01
Definitions
Owner. As used in these specifications, the word =Owner is defined as:
City of South Bend, Department of Public Works
227 West Jefferson Blvd. Suite 1300 N
South Bend, IN 46601
574.235.9251
Architect. As used in these specifications, the word 'Architect" is defined as:
Pat Lynch
South Bend Heritage Foundation (SBHF)
803 Lincolnway West
South Bend, IN 46616
574.289.1066 x 203
3
Owner's Representative. As used in these specifications, the word "Owner's representativeo is
defined as:
South Bend Heritage Foundation
803 Lincolnway West
South Bend, IN 46616
574.289.1066
U
Contractor. As used in these specifications, the word =Contractor/Subcontravtor" is defined as:
The bidder of these documents or a subcontractor whose subcontract Is made with the
bidder.
1.02
Pr-Bid Conference /site inspection
1. A Pr-Bid Conference will be held at 9 a.m., local time, on Monday, Sept. 15, 2008 at the
project site, 1010 North Bendix Blvd., South Bend, IN 46628 to review the specifics of the bid
package and the character and extend of the proposed project.
2. The building interior will be also be available for inspection by appointment. Please
contact Pat Lynch at South Bend Heritage Foundation to arrange. 574.289.1086 x
203.
3
1.03
Existing conditions (Hazardous materials
1.None known.
1.04
Alternates
1. Alternates quoted on the Bid Forms will be reviewed and accepted or rejected at the Owner's
option.
2. Coordinate related Work and modify surrounding Work as required.
I
I
1.05
Preconstructlon Meetings
1. Contractor will schedule a preconstruction meeting after Notice to Proceed for all involved
parties.
1.06
Construction Progress Schedule
1. Within 10 days of Notice to Proceed, submit Construction Schedule using critical path method
in a form acceptable to the Owner and Architect.
2. Submit 2 copies of revised Construction Progress Schedule with each Application for
Payment.
a. Issuance of a Certificate for Payment Is conditioned upon receipt of an updated
Construction Progress Schedule with each Application for Payment.
SP-7
I
U
1.07
Schedule of Values
1. Not less than 10 days prior to the fist application for payment, submit a Schedule of Values
on AIA form G3703.
1.08
Applications for Payment
1. Each Application for Payment shall be consistent in format and with the schedule of values in
previously approved Applications for Payment.
2. Payment applications shall be received by the Owner's Representative 5 days prior to the
last day of the month. Approved applications shall cover one month prior to application.
3. Use AIA Document G702 and a Continuation Sheet G703. Notarization is required.
4. Waivers of Mechanics Uen. With each Application for Payment, submit waivers of
mechanic's liens from subcontractors or sub-subcontractors for the construction period
covered by the previous application.
5, Substantial Completion:
a. When the Contractor considers the Work Substantially Complete, submit to the
Architect a written notice that work is Substantially Complete.
b. The Architect will prepare a list of items to be completed or corrected.
c. When the Architect has determined that the Work is substantially complete under the
6.
1.09
Contract Documents, Contractor shall prepare and submit an Application for Payment
together with all relevant operating and maintenance manuals and data.
Final Completion: The Architect, Owner, and Tenant's Representative will make an
inspection to verify status of completion with reasonable promptness after receipt of the
Contractors written notification that the Work is complete. Architect will notify the Contractor
in writing of incomplete or defective work.
I
3
I
U
I
S
Manufacturers Instructions
1. When specified in individual specification sections, submit manufacturers printed instructions
for delivery, storage, assembly, installation, adjusting, and finishing to the Owner's
Representative.
1.10
Mock-ups
1. Accepted mock-ups are representative of quality required for the Woric.
1.11
Testing and Laboratory Services
1. Contractor will appoint, employ, and pay for specified services of independent firm to perform
testing and inspection.
2. Independent firm will perform tests, inspections, and other services as required.
3. Cooperate with the independent testing agency; furnish samples as requested.
4. Any retesting required due to non-confonnance to specified requirements will be charged to
the Contractor.
1.12
Examination
1. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work.
Beginning new Work means acceptance of existing conditions.
2. Verify utility services are available, of correct configuration, and Incorrect location.
1.13
Electricity
1. Power is available onsite.
1.14
Water Service
3
I
I
1. Water is available onsite.
1.15
U
Temporary Sanitary Facilities
1. Provide and maintain required facilities and enclosures.
SP-8
I
U
I
I
1.1B
Field Office(s) and Shed(s)
1. Office(s): At Contractor's option.
2. Shed(s): Verify location of any required shed or equipment / product staging area with
Owner's Representative prior to placement.
I
1.17
Barriers and Fencing
1. Contractor is responsible for maintaining site security and safety. No perimeter site
fence is required.
3
1.18
Substitutions
1. The instructions to Bidders specify time for submitting requests for Substitutions during
bidding period to requirements specified in this section.
2. Document each request with complete data substantiating compliance of the proposed
substitution with the Contract Documents.
1.19
Final Cleaning
1. Complete final cleaning prior to final inspection.
2. Clean interior and exterior surfaces exposed to view.
3. Clean debris from site, roofs, gutters, downspouts, and drainage systems,
4. Remove waste, all surplus materials, trash, and any construction facilities from the job site.
1.20
Warranties
1. Execute and assemble transferable waranty documents from subcontractors, suppliers, and
manufacturers.
2. Roof system to be warranted for minimum 10 years. Provide Owner with written
documentation from roofing contractor. Refer to specifications for contractor requirements.
1
3. Submit prior to the final application for payment
1.21
Bid Package Description
The overall renovation of this property is summarized below:
i
I
Alternates (Add or Deduct)
ALTERNATE 1.01 - Parking lot resurface.
Resurface existing asphalt parking lot as shown on site plan. Note that a
portion of the repaving is in the city alley right of way.
Clean existing asphalt.
Apply bituminous tack-coat.
Apply 1.5" asphalt resurface coating. Assume 1 casting raised.
Restripe parking lot per site plan - 32 spaces + 2 ADA spaces.
Note: new concrete flatwork & adjacent curb, ramp, and planter curbing are
included in base bid. Refer to site plan.
Allow for 150 SF of full depth removal and subsequent full depth patch of
deteriorated areas.
ALTERNATE
1;02
- Site ligh'ting.
Provide 16"
diameter
x 36" deep concrete base. 15' post, fixture head, wiring
and control for a freestanding parking lot light per drawlngs
series drawings for further details on this alternate.
I
I
Refer to E
ALTERNATE 1.03 - Rain chain and basin.
Modify base bid gutter channel as shown on alternate 1.03 drawings to
accommodate channel extension and rain chain. Also provide concrete
:
i
I
A. Environmental imitations: Do not install DuPont"1 FlexWmph on wet or damp
surfaces. Surfaces should also be free from dirt, oils, lubricants or other debris
that may inhibit adhesion of the flashing tape to the substrate. After precipitation,
allow a minimum of 24 hours for drying before installing the flashing tape. For
optimal performance, install DuPont Tm FlexWrap' at temperatures above 40
degrees F (or 4 degrees C).
5
PART 2 PRODUCTS
1.2 MATERIALS
A. Proprietary Products/Systems: Self-Adhering Flexible flashing tape, DuPont
FlexWrap or approved equal.
B. Elasticized flexible flashing tape complying with the following:
1. Face Material composition: Elasticized polyethylene laminate.
2. Face color White.
3. Adhesive composition; Butyl adhesive containing non-halogen fire retardant
additive
4. Thickness: > 60 mils.
5. Release liner: 2 part siliconlzed paper.
6. Elastic Elongation ,MD (length @ Full Extension/ Length @ Relaxed): >230% @
70 F.
C.
Proprietary
ProductsfSystems: Self Adhering Straight flashing tape,
DuPontwM Stralght~lash
D. Durable Polyethlyene Laminate Flashing Tape complying with the following:
1. Face Material composition: Polyethylene laminate
2. Face color While
3. Adhesive compostion: Butyl adhesive containing fire retardant additive
4. Thickness: 30 mils
5. Release liner: 1 piece siliconized paper
2.3 ACCESSORIES
A. Sealing Tape:
1. Material: Pressure sensitive, polypropylene substrate with acrylic based adhesive.
Provides permanently elastic, nonsag, nontoxic, nonstaining tape, which is
compatible with Tyvek®D Weatherization Systems products.
2. Finish Product Brand Name: DuPont"' Tyvek® Tape.
B. Fasteners:
1. Material: 1"diameter plastic cap; nail length (1",1117, Z') for wood frame
construction, or 2" diameter plastic cap with 1 5/8" drill point self tapping screw for
metal stud applications, designed to withstand designed loads.
2. Finish Product Brand Name: DuPont"" Tyvekt Wrap Caps for wood frame
construction and DuPontm TyvekS Wrap Cap Screws for steel frame
construction.
C. Sealants:
1. ASTM C 920, elastomenc polymer sealant of type, grade, class, and use
classifications required to seal joints and remain watertight and are compatible
with DuPont"' Tyvek.
2. Available Products:
a. OSl1 Quad Pro-SeriesE; solvent release butyl rubber sealant.
b.DAP DynaFlex 230 "r .
C.Other products as approved and recommended by the flashing tape
manufacturer
D. Primer.
-
I
I=
I
5
I
U
I
I
1. Available products:
SP-14
S
I
I
a. 3M High Strength 90
b. Other products as approved and recommended by the flashing tape
manufacturer
PART 3 EXECUTION
3-1 EXAMINATION
A. Do not begin installation until substrates have been properly prepared to receive,
constructed to fully support flashing, and sloped where required to provide positive
drainage of water to building exterior.
B. Verity that surfaces to receive flashing are thoroughly dry, free from loose materials,
and reasonably smooth.
C. Do not proceed with installation until unsatisfactory conditions are corrected.
3.2 PREPARATION
A. Protection: Protect adjacent surfaces, fixtures and equipment from damage.
B. Surface Preparation: Substrate must be smooth, clean, dry and free of voids, spalled
areas, loose substrate, loose nails, other sharp protrusions or other matter that will
hinderthe adhesion or regularity of the flashing tape installation. Clean loose dust or
dirt from surface wherever flashing tape is to be applied by wiping with a clean dry
cloth or brush.
C. Remove existing weatherbarriers, flashings, carier or protective films and similar
materials that would impede adhesion from subsrates indicated to receive elasticized
flexidble flashing tape. Clean surfaces thoroughly prior to installation.
U3.3
INSTALLATION
A. Provide flashings for openings as required to provide weathertight barrier. Instal
lopped components to direct water to exterior of building.
7.03
Moisure B~arrier
Provide moisture barrier in exterior wall assemblies where indicated on drawings.
i
Section 7.01
PART 1GENERAL
1.01
Summary:
A Includes but not limited to:
1)
Furnish and install air barrier/weather resistant barrier over exterior of wall
sheathing where indicated on drawings to protect exterior sheathing and interior
walls.
1.02
5
Submittals:
None
Section 7.02
2.01
PART 2 - PRODUCTS
Materials
m
DuPontT
TyvekS CommercialWrap or approved equal.
Sealing Tape/Fasteners
DuPont"w TyveWki Tape, DuPont Weatherization Systems.
For wood frame construction: DuPont"' Tyvek® Wrap Caps, DuPont
Weetheization Systems. Nails with large heads or plastic Washers.
4, Caulks or Sealants: polyurethane or elastomedc sealants
1.
Available Products:
a. OSIO Quad Pro-SeriesO, solvent release butyl rubber sealant
b. DAPO Dynaflex 230
A.
B.
1.
2.
I
SP-15
I
c. Other products as approved and recommended by air barrier/weather resistant
barrier manufacturer.
Section 7.03
PART 3 - EXECUTION
3.01 Installation
A.
A. Install Air Banier over exterior side of extedor waif sheathing;
1. Install Air Barrier after sheathing is Installed and before windows and doors are
installed.
shingling of Install
layers. lower level barrier prior to upper layers to ensure proper
2. Overlap Air Barrier at comers of building by a minimum of 12 inches.
3. Overlap Air Barrier vertical seams by a minimum of 6 Inches,
4. Ensure barrier is plum and level with foundation, and unroll extending Air Barrier
over window and door openings.
5. Attach Air Barrier to wood, insulated sheathing board or exterior gypsum with
plastic cap nails every 12" to 18" on vertical stud line with wood stud framing,
and screws with washers to metal stud framing. When attaching to masonry, use
adhesive recommended by manufacturer.
6. Prepare window and door rough openings as follows:
a. Prepare each window rough opening by cutting a modified "I" pattern in the
Air Barrier.
1. Horizontally cut Air Barrier along bottom of header.
2. Vertically cut Air Banter down the center of window openings from the top of the
window opening down to 2/3 of the way to the bottom of the window openings,
3. Diagonally cut Air Barrier from the bottom
of the vertical cut to the left and right
comers of opening.
4. Fold side and bottom flaps into window opening and fasten every 6 inches. Trim
off excess,
5. Horizontally cut Air Barrier along bottom of door frame header and along top of
sill.
6. Vertically cut Air Barrier down the center of door openings from the top of the
door opening (header) down to the bottom of the door opening (sill).
7. Fold side flaps inside around door openings and fasten every 6 inches. Trim off
excess.
7. Tape all horizontal and vertical seam of Air Barrierwith DuPontT Tyvek® Tape.
8. Seal all tears and cuts InAir Banier with DuPontm TyvekO Tape.
7.04
Storefront window system
Product: Tube-lite 'Versa Therm" or approved equal.
Color: Standard color TBD
Alum. closure panels and comer trim to be min. .050.
7.05
Window pan flashing
Provide break metal pan flashing at windows as shown on drawings.
Integral end dams.
Break metal to be same color as aluminum window cladding.
Pan flashing metal to be minimum .030 aluminum.
Thermal insulation.,j
7.06
1. Roof: 2.5" vented ISO board per drawings.
Mnfr Atlas Roofing Corporation or approved equal.
Product: ACFoam CrossVent
SP-16
U
Install per mnfr.specifications including associated moisture ban-ier and perimeter blocking.
2. R30 unfaced fiberglass at new roof assembly per drawings.
3. Spray-in-Place expanding foam insulation
Mnfr: Dow, Tiger-Foam, or approved equal.
Product: Two component spray in place foam installed per drawings.
U
IPART
7.07
Acoustical instation
Provide and install unfaced R-1 1 fiberglass bait acoustical insulation at interior partitions per wall
schedule.
7.08
EIFS System (alternate 1.04)
1 GENERAL
1.01
A.
SECTION INCLUDES
Materials and installation of ElF System.
1.02
DESIGN REQUIREMENTS
A.
Wind Load
1. Design for maximum allowable system deflection, normal to the plane of the
wall, of 1/240.
2. Design for wind load in conformance with code requirements.
B.
Moisture Control
1. Prevent the accumulation of water behind the ElF system, either by
condensation or leakage through the wall construction, in the design and
detailing of the Wall assembly.
a. Provide flashing to direct water to the exterior where it is likely to
penetrate components in the wall assembly, including, above window and door
heads, beneath window and door sills, at roofiwall intersections, decks,
abutments of lower walls with higher walls, above projecting features, and at the
base of the wall.
I
SP-17
U
I
b.
Air Leakage Prevention-see Sto Specification A1OOG if an air barrier is
desired or required in the wall construction.
c.
Vapor Diffusion and Condensation- perform a dew point analysis of the
wall assembly to determine the potential for accumulation of moisture in the wall
assembly as a result of water vapor diffusion and condensation. Adjust
insulation thickness and/or other wall assembly components accordingly to
minimize the risk of condensation. Avoid the use of vapor retarders on the
interior side of the wall in warm, humid climates.
C.
Impact Resistance
1. Provide ultra-high impact resistance to a minimum height of 6'-0" (1.8 m)
above finished grade at all areas accessible to pedestrian traffic and other areas
exposed to abnormal stress or impact. Indicate the areas with impact resistance
other than 0Standard" on contract drawings.U
D.
Color Selection
1. Select finish coat with a light reflectance value of 20 or greater. (The use of
dark colors is not recommended with ElF Systems that incorporate expanded
polystyrene [E S]. EPS has a service temperature limitation of approximately
1600 F [710C]).
E.
Joints
1. Design minimum 3/4 inch (19 mm) wide expansion joints in the EIFS where
they exist in the substrate or supporting construction, where the EIFS adjoins
I
I
I
,
dissimilar construction or materials, at changes in building height, and at floor
lines in mufti-level wood frame construction.
2. Design minimum 1/2 inch (13 mm) wide sealant joints at all penetrations
through the EIFS (windows, doors, etc.).
3. Specify compatible backer rod and sealant that has been evaluated in
accordance with ASTM C 1382, 'Test Method for Determining Tensile AdhesionI
Properties of Sealants When Used in Exterior Insulation and Finish System
(FFS) Joints," and that meets minimum 50% elongation after conditioning.
4. Design joints with secondary moisture protection and drain joints to the
exterior.
F.
Grade Condition
=
1. Do not specify EIFS below grade (unless designed for use below grade and
permitted by code) or for use on surfaces subject to continuous or intermittent
water immersion or hydrostatic pressure.
G.
Trim, Projecting Architectural Featuresand Reveals
1. All tim and projecting architectural features must have a minimum 1:2 [271
slope along their top surface. All horizontal reveals must have a minimum 1:2
[270] slope along their bottom surface. Increase slope for northern climates to
prevent accumulation of ice/snow and water on surface. Where trim/feature or
bottom surface of reveal projects more than 2 inches (51 mm) from the face of
the EIFS wall plane, protect the top surface with waterproof base coat. Avoid
the use of trim and features that exceed the madmum allowable thickness of
EPS permitted by code (typically 4 inches [100 mmD unless approved by the
code official. Periodic inspections and increased maintenance may be required to
maintain surface integrity of EIFS on weather exposed sloped surfaces. Limit
U
I
projecting features to easily accessible areas and limit total area to facilitate
maintenance and minimize maintenance burden. Refer to Sto details 1.04a and
1.04b.
2. Do not use EIFS on weather exposed projecting ledges, sills, or other
projecting features unless supported by framing or other structural support and
protected with metal coping or flashing. Refer to Sto detail 1.61.
H.
Fire Protection
SP-17
I
I
I
I
1. Do not use foam plastic in excess of 4 inches (100 mm) thick unless
approved by the code official.
2. Where a fire-resistance rating is required by code use EIFS over rated
assembly
(EIFS is considered not to add or detract from the fire-resistance of the rated
assembly).
3.
Refer tothat
manufacturers
limitations
may apply. applicable code compliance report for other
1.03 QUALITY ASSURANCE
A.
Manufacturer requirements
1. Member in good standing of the EIFS Industry Members Association (EIMA).
2. System manufacturer for a minimum of twenty (20) years,
3. Manufacturing facilities ISO 9002 certified.
4.
Manufacturer's wall assembly listed in Gypsum Association Fire Resistance
Design Manual.
B.
Contractor requirements
1.
Engaged in application of EIFS for a minimum of three (3) years.
2.
Knowledgeable in the proper use and handling of Sto materials and
listed by Sto as having attended Sto EIFS continuing education.
3.
Employ skilled mechanics who are experienced and knowledgeable in
ElFS application, and familiar with the requirements of the specified work.
4.
Successful completion of minimum of three (3) projects of similar size
and complexity to the specified project.
5.
Provide the proper equipment, manpower and supervision on the job site
to install the system In compliance with Sto's published specifications and details
and the project plans and specifications.
C.
Insulation board manufacturer requirements
1.
Recognized by Sto as capable of producing insulation board to meet
system requirements, and hold a valid licensing agreement with Sto
2. Listed by an approved agency.
3. Label insulation board with Information required by Sto, the approved listing
agency and the applicable building code.
D.
Mock-up Testing
I- Construct ful-scale mock-up of typical EIFSfwindow wall assembly with
specfied tools and materials and test air and water infiltration and structural
performance in accordance with ASTM E 283, E 331 and E 330, respectively,
through independent laboratory. Mock-up shall comply with requirements of
project specifications. Where mock-up is tested at job site maintain approved
mock-up at site as reference standard. If tested off-site accurately record
construction detailing and sequencing of approved mock-up for replication during
construction.
E.
Inspections
1. Provide independent third party inspection where required by code or
contract documents.
2. Conduct inspections in accordance with code requirements and contract
documents.
1.04 DELIVERY, STORAGE AND HANDLING
A.
Deliver all materials in their original sealed containers bearing
manufacturer's name and identification of product.
B.
Protect coatings (pail products) from freezing and temperatures in
excess of OF (320
C). Stoe away from direct sunlight.
I
SP-18
I
m
C.
Protect Portland cement based materials (bag products) from moisture
and humidity. Store under cover off the ground in a dry location.
PART 2 PRODUCTS
2.01
MANUFACTURERS
A.
Provide EIF System and accessories from single source manufacturer or
approved supplier.
B.
The following are acceptable manufacturers:
1. Sto Corp.-
ElF System
2. Plastic Components, inc.-Accessores
2.02
A.
buildI
B.
ADHESIVE (select one)
Sto BTS-Plus---one-component, polymer-modified, cement based high
Adhesive.
Sto Dispersion Adhesive-non-cementitious, acrylic based adhesive.
2.03
INSULATION BOARD
A.
Nominal 1,0 Ib/3 (16 kg/m3) Expanded Polystyrene (EPS) Insulation
Board in compliance with ASTM C 578 Type I requirements, and EIMA Guideline
Specification for Expanded Polystyrene (EPS) Insulation Board.
2.04
BASE COAT
A.
Sto BTS-Plus--one-component polymer modified cement based high
build base coat with less than 33 percent Portland cement content by weight and
capable of achieving minimum 1/16 inch (1.6 mm) thickness in one pass.
Z.05
REINFORCING MESHES
A.
Standard Mesh
1.
Sto Mesh-nominal 4.5 ozJyd2 (153 g/m2), symmetrical, interlaced openweave glass fiber fabric made with minimum 20 percent by weight alkaline
resistant coating for compatibility with Sto materials (achieves Standard Impact
Classification).
2.06 PRIMER
A.
Sto Primer- not required.
2.07 FINISH COAT
A.
Stolit-acrylic based textured wall coating with graded marble aggregate.
2.08 JOB MIXED INGREDIENTS
A.
Water-Clean and potable.
2.49 ACCESSORIES
A.
Starter Track- Rigid PVC (polyvinyl chloride) plastic track Part No. STDE
as furnished by Plastic Components, Inc., 9051 NW 97th Terrace, Miami,
Florida 33178 (800 327-7077).
SP-19
I
PART 3 EXECUTION
3.01 INSTALLATION
A.
Install EIFS in compliance with manufacturer's published instructions.
3.02 PROTECTION
A.
Provide protection of installed materials from water infiltration into or
behind them.
B. Provide protection of installed materials from dust, dirt, precipitation,
freezing and continuous high humidity until they are fully dry.
I
5
7.09
Facade Closure panels
1. Aluminum break metal per drawings.
7.10
Gutters and Downspouts
I. Aluminum gutters and downspouts.
2 Manufacturer
Alcoa Building Products or equal
3 Materials- aluminum sheet coil stock .019 min. thickness. wJ rnnfr applied
color.
4 Size -field fabricated 5" K-profile gutter w/ rectangulardownspouts u.o.n.
5 Aluminum gutter channel at roof valley per details.
6 Downspout at roof valley gutter channel 4"diameter minimum or similar square
cross section area. Tie to existing stormwater retention per drawings.
7 Alternate 1.03: per details. See section 10.04 for alternate 1.03 rain chain.
Gutter and downspout color TBD
9 Downspout and gutter supports: straps
10 Splashblocks at existing downspout locations - reuse existing concrete splash
blocks.
I8
5
7.11
Cement Fiber Architectural Panels
PART 1-GENERAL
1.1 Scope
A. Furnish and install Nichiha fiber cement brick and stone panels as shown on
installation drawings or specified herein.
3Difference.
I
1.2 References
A. ASTM Cl185, Standard Test Methods for Sampling and Testing NonAsbestos Fiber-Cement Flat Sheet, Roofing and Siding Shingles, and
Clapboards.
B. ASTM 2228, Standard Test Method for Linear Thermal Expansion of Sold
Materials with as Vitreous Silica Dilatometer.
C. ASTM G23, Standard Practice for Operating Light-Exposure Apparatus
(Carbon-Arc Type) with and without Water for Exposure of Nonmetallic
Materials, Replaced By G152 and G153.
D. ASTM E330, Standard Test Method for Structural Performance of Exterior
Windows, Curtain Walls, and Doors by Uniform Static Air Pressure
SP-20
I
I
E. ASTM E331, Standard Test Method forWater Penetration of Exterior
Windows, Skylights, Doors, and Curtain Wall by Uniform Static Air Pressure
Difference."-
F. ASTM E84, Standard Test Method for Surface Burning Characteristics of
Building Materials.
G. ASTM El 19, Standard Test Methods for Fire Tests of Building Construction
and Materials.
H. ASTM C518,Standard Test Method for Steady-State Thermal Transmission
Properties by Means of the Heat Flow Meter
I. UL723 Standard of Underwriters LaboratoriesApparatus.
Inc. for Test for Surface
Burning Characteristics of Building Materials.
1.3 Submittals
A. Drawings: Submit detailed drawings showing installation details.
B. Product data: Submit manufacturers product descripton, indicating material
types and thicknesses, and installation details.
C. Samples: Submit samples of each product type and color of panel proposed
for use.
D. Certificates: Submit documents certifying that products meet or exceed
requirements herein.
1.4 Qualifty Assurance
A. Performance requirements: Nichiha brick and stone panels are fiber cement
panel products with the following typical properties:
1. Unear Variation with Change in Moisture Content: M.D.: -0.006 inJft., C.D.:
0.003 intft.
2. Wet Flexural Strength: Avg. 1155.51 psi.
3. Water Tightness: No water droplets were observed on any specimen.
4. Freeze-Thaw: No damage or defects were observed.
5. Warm Water. No evidence of cracking, delamination, swelling, or other
defects were observed.
6. Heat-Rain: No crazing, cracking, or other deleterious effects, surface or joint
changes were observed in any specimen.
7. Mean Coefficient of Linear Thermal Expansion: Avg. 3 .18*1OA-6 in./in. F.
8. Surface Burning: Flame Spread: 0, Smoke Developed: 5.
9. Wind Load: Positive: Avg. 148.03 pf, Negative: Avg. 120.29 prs.
10. Water Penetration: No water leakage was observed Into wall cavity.
11. No water leakage was observed into wall cavity.
12. Weather Resistant: No cracking, checking, erosion, or other detrimental
effects were observed.
I
1
3
3
I
V
U
I
13. Steady-State Heat Flux and Thermal Transmission Properties Test: The test
results show that Nichiha fiber cement panels to have a thermal resistance of R
Value of 1-23 F.
14. Fire Resistant: The walls successfully endured a 60-minute fire
exposure without
developing excessive unexposed surface temperature or allowing flaming on the
unexposed side of the assembly.
B. Compliance: Nichtiha fiber cement brick and stone panels shall meet or
exceed requirements of the following:
1. Building Officers and Code Administrators
International, Inc, (BOCA) Evaluation
Report No. 99-43.
2. International Conference of Building Officers (ICBO) Evaluation Report No. 5915,
3. Southern Building Code Congress International, Inc. (SBCCI) Evaluation Report
No. 2017A.
SP-21
S
I
II
5
1.5 Warranty
A. Warrant Nichiha fiber cement bdck and stone panels againsl manufacturing
defects with a50-Year limited warranty.
B. Warranty provides for the original purchaser and said original purohaser's
first transferee. See warranty for detailed information on terms conditions and
limitations.
PART 2 - PRODUCTS
2.1 Manufacturer
A. Manufacturer: Nichiha Corporation, 18-19 Nishiki 2-Chome Naka-ku,
Nagoya, Aichi 460-8610, Japan. [052-220-5111].
B. US sales office: Nichiha USA, Inc., 5855 Oakbrook Parkway, Suite P,
Norcross, GA 30093 -toll free: 1-86 NICHIHA I [1-866-424-4421 770-8059466, Fax: 770-805-9467, www.NICHIHA.com.
2.2 Materials
Nichiha fiber
tA. cement panels are based on autoclaved, wood fiber reinforced
cement panels. Wood fiber bundles are prepared in accordance with Nichiha
specifications are mixed with Portland cement, silica, fly ash, wood fiber, and
other additives.
B. The panels are nominally 1.5 feet in width and 6 feet in length and 1 inch (25
mm) or 3/4 inch (18 mm) thick.
C, The panels surface is pre-finished and factory applied.
D. The panels are profiled along all four edges such that both horizontal and
vertical joints between the instaled panels are ship lapped.
E. A factory-applied sealant is applied to panel edges, such that all joints will
contain a factory sealant.
2.3 Product Description
See Nichiha product catalog for specific product part numbers.
Product name: Sandstone: textured sandstone appearance.
1. Profile colors: Autumn Brown.
2. Accessories: Comers for each profile color.
3. Dimensions: 18"(h1) x 6'() x 1"(t) (25rm).
4. Weight: 47.5 lbs. per panel.
5. Coverage: 9 sq. ft. per panel.
I
I
I
I
'
U
i
2.4 Accessories and Installation Components
A. Always use Nichiha accessories for complete and proper installation, whether or
not specifically shown on installation drawings.
1. Nichiha Short Clip (JE402): Extruded Aluminum 4" length clips, used
to fasten panels to substratB.
2. Nichiha Long Clip (JE403): Extruded Aluminum 20" length dips, used
to fasten panel at the vertical stud joint when panel edges meet between two
studs.
3. Nichiha Starter (FA1 00);
10' length steel starter strip.
B. Fasteners: Stainless ring shank nails recommended when fastening dips to
wood substrate, Included with cartridge of Nichiha Short Clips.
3
PART 3 - EXECUTION
3.1 Handling
A. Panels must be stored flat and kept dry before Installation- A waterproof
cover over panels and accessories should be used at all times prior to
installation.
B. If panels are exposed to water or water vapor prior to Installation, allow
to completely dry before installing.
Failure to do so may result in shrinkage at ship lap joints, and such action
may void warranty.
C. When handling panels, carry panels on edges. Direct contact between
the panel and the ground should be
avoided
process.Iat all times. It is necessary to keep panels clean during installation
3.2 Preparation
A.
Job site conditions:
1. Nichiha fiber cement panels can be installed over bracing wood, steel
studs and sheathing including;
plywood, OSB, plastic foam or fiberboard sheathing.
2. Allowable stud spacing - max. 20" o.c.
3. 18 GA, 3-518" min. width C-studs are required when installing to metal
construction.
4. Building wrap is required for all exterior applications. Use approved
moisture resistive building wrap,
per local building codes, over sheathing or studs. Do not use plastic
wrap,
5. Seal all penetrations including openings with building tape in accordance
with local building codes. To minimize water penetration onto substrate,
apply building tape around all wall penetrations, including openings.
6. Approved corrosion resistant flashing shall be used in accordance with
local building codes to prevent penetration of water into the wall cavity
7.
8.
and to direct water out of the wall cavity at the base of the wall.
Surface conditions: Examine, dean, and repair as necessary, any
substrate conditions which would be detrimental to proper installation.
Do not begin installation until unacceptable conditions have been
corrected.
3
END OF SECTION
SP-23I
I
DIVISION 8- DOORS, WINDOWS, GRILLES, AND HARDWARE
S8.0
8.01
Doors and Frames
Provide doors and frames as indicated on the plans and door schedule.
8.02
Hardware
1. Summary
and install all hardware and accessories necessary for a complete project.
5Provide
2. Submittals
Drawings shall include Architect's door marks and hardware mark numbers. Drawings
shall also be cross referenced to door and frame shop drawings. Include catalog cuts of
each hardware item.
3. Approved supplier
Hinges & Handles, Elkhart IN or approved equal.
3Per
3
IPer
4. Hardware Sets
drawings
8.03
Windows
Install windows per drawings and window schedule.
8.04
Interior doors
1. Provide interior doors and frames per drawings and details. Fire rating as noted.
DIVISION 9 - FINISHES
9.01
Painting & Staining
drawings and finish schedules.
9.02
Flooring
1) Floor finishes and alternate 1.05 floor finishes per drawings. Install per mnfr. specifications.
2) All listed flooring products available from The Source Company. Steve Garro. 259-2012 x
5104.
9.03
I
3
I
Casework
1) Refer to drawings
SP-24
I
DIVISION 10 -SPECIALTIES
10.01
Accessible parking signage
1. Install one post mounted accessible parking sign at each accessible parking space as
shown on site plan.
2. Size: 12"x12". Anodized aluminw, .125"
3. Color. white letters on blue background
4. Installation: Install with top of sign at +48" above grade. Install one sign for each
accessible parking space. Mount with vandal resistant screws on 2"
x 2" aluminum tube. Set post in concrete.
10.02 Building mounted signage
4. Pin mounted aluminum signage per drawings.
5. Existing monument site sign not included. No work.
10.03 Window Shades throughout and curtain in room 129
1. By Hospital (end user)
5
3
10.04 Rain chain
1. Product: T-5 aluminum 'extra link' chain
2. Provider Rainchains.com or approved equal.
3. Installation: install with field bent #3 rebar per drawings.
10.05 Curtain track in room 129
1. Product: a. Aluminum "hand draw" 52124 hospital curtain track. Medium duty.
b. Rollers 7130 double wheel carrier. 1 carier per 8' track length.
2. Provider Recmar Products or equal.
3. Installation: Recessed on Ix blocking behind GWB ceiling. Curtain by Hospital (end
user).
ff
DIVISION 11 -EQUIPMENT
11.03
Fire extinguishers
1. Provide (2) recessed fire extinguisher cabinets as indicated on drawings.
a. Product: Larsen's fire extinguisher cabinet. Model: SS 2409-R2 full glass.
2. All extinguishers provided by Hospital (end user) or reused existing.
11.04 Appliances
Hospital (end user) will provide refrigerators
Hospital (end user) will provide and install exam tables.
Hospital (end user) will provide lateral files and other metal furniture integral with casework where
shown on drawings.
DIVISION 15 - HVAC & PLUMBING
Specifications on plans, Refer to M and P senes drawings.
SP-25
I
I
U
U
DIVISION 16- ELECTRICAL
16.01 Power
Specifications on plans. Refer to E series drawings.
16.02 Communications
Refer to E series drawings for locations.
Refer to attached drawing of typical communications wall plate.
Contractor to follow indicated numbering scheme.
SCOPE OF WORK:
i
Vendor will install, terminate, and test:
* (58) data/voice cables from MDF to termination points specified by
customer and marked on building plan.
0 (3) data cables will be installed from the MDF to three separate near
ceiling locations for wireless access points.
I
All station cable will be Category 5e -4 UTP Copper Twisted Pair Station Cable BLUE JACKET IN COLOR. All interior station cable shall be plenum rated.
Vendor will test each cable using a Level 3 (Cat5e/6) Wirescope tester in
accordance with ANSI/TINEIA-568-B.2. Vendor will support cabling every 4-6'
with plenum rated bridle rings or J-hooks in attic space. All station cable shall
consist of one gang modular outlet plates with modular jack openings equipped
as follows:
* Voice/data shall be equipped with three 8-pin modular category 5e- RJ-45
jacks; RJ-45 configuration shall be 568B.
All unused ports shall be equipped with a modular blank dust cover.
o Voice/data cables shall be terminated onto orange jacks for data and
white for voice at the workstation end.
a Vendor will label faceplate termination points according to supplied wall
plate scheme provided by customer.
I
I
All industry standards will be applied during installation. Required hardware
includes, but is not limited to, outlets, patch panels, termination blocks,
connectors, couplers, fastening devices, wire management, cable support
hardware, labeling materials, miscellaneous hardware and tie-wrapsNelcro, and
any other materials and accessories required to comply with this specification.
Vendor will install exactly the followinci in the MDF:
Two Black Box CAT5e Hinged Fold-Down Panel, 48-Port, 4U wall mount
in MDF in location specified by customer.
I
U
SP-26
I
Black
mOneBox 3U RM048 wall mount rack in MDF in location specified by
customer-seiidb
All industry standards will be applied during installation.
g
DEMO:
" Demo will occur first.
" Contractor will provide labor to remove existing data and voice cabling
completely.
" Contractor will remove old Toshiba phone system, old data blocks and
voice blocks.
" Contractor will prepare MDF plywood space for mounting of new
equipments.
" Proposal includes culling out and blanking off existing communication
cabling outlets as needed.
The Hospital (end user) provided and installed systems will consist of a single
Cisco 48 port 3750 switch, a single Cisco 2811 router with a T1 data line to the
SJRMC data center, three Cisco 1200 wireless access points and antenna's, HP
workstations, HP or Lexmark printers, multifunction devices, a phone system
w/voicemail, and applications to be determined at a later date. SJRMC will also
help facilitate the video projector for the classroom with approval from the
SJRMC Information Services Director.
The phone system will be a typical non-voip system. Phone system provided
and installed by Hospital (end user).
16.03 Security
Security system provided by Hospital (end user).
I
I
I
SP-27I
I
U
U
U
I
I
I
I
I
I
I
A2
AI
I:
I
SP-2
I
I
I
I
I
I
I
E
I
U
5
I
S
I
S
U
I
1
I