← Back to Lewiston

Document Lewiston_doc_7b01c668a4

Full Text

CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS CONTRACT AND CONTRACT DOCUMENTS FOR CITY OF LEWISTON ARMORY BUILDING WINDOW REPLACEMENT PROJECT Bid # 2013-045 PREPARED BY CITY OF LEWISTON BUILDING DIVISION ---PAGE BREAK--- TABLE OF CONTENTS PAGE NO. NOTICE TO CONTRACTORS N-1 PROPOSAL FORM P-1 CONTRACT FORM C-1 ADDENDA, IF ANY DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10-1 Bid No. 2013-045 ---PAGE BREAK--- Bid Date: 10/01/13 City of Lewiston, Maine Notice to Contractors It is the intention of these Contract Documents to replace existing single pane windows at the Lewiston Armory Building. Sealed proposals to furnish and install fifty-one (51) 40” by 74” Vinyl Double Hung, , nine 28” by 74” Vinyl Double Hung, seven 20” by 64” Vinyl Double Hung, one 20” by 48” Vinyl Double Hung, two pairs of two 28” by 74” Vinyl Double Hung mulled, cover eight existing 40” by 74” window wood trim with aluminum coil stock and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans and Specifications. Proposals will be received by the City of Lewiston, Maine at the office of the Director of Budget/Purchasing until 2:00 p.m., on October 1, 2013 and then at said office publicly opened and read aloud. Each bidder is required to state in his/her Proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the Proposal is made without any connection with any other bidder making any Proposal for the same work; and that no person acting for, or employed by, the City of Lewiston is directly or indirectly interested in the Proposal or in any contract which may be entered into to which the Proposal relates, or in any portion of the profits therefrom, except as provided by the City Charter. There will be a mandatory pre-bid meeting at the Lewiston Armory Building located at Central Avenue, Lewiston, Maine on Tuesday, September 17, 2013 at 10:00 A.M. The meeting will be held in the Gym located on the first floor. Attendance at this meeting by the Contractor or his/her qualified representative is a mandatory prerequisite for the acceptance of a proposal from that Contractor. The Proposal must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: CITY OF LEWISTON ARMORY BUILDING WINDOW REPLACEMENT PROJECT and addressed to: “Director of Budget/Purchasing, City Hall, Lewiston, Maine”. If the Proposal is forwarded by mail, the sealed envelope containing the Proposal and marked as above must be enclosed in a second envelope which shall be addressed to: “Director of Budget/Purchasing, City Hall, 27 Pine St., Lewiston, Maine 04240.” All mailed Proposals should be sent by registered mail to insure delivery. Any bidder may withdraw his/her Proposal prior to the scheduled time for the opening of Proposals upon presentation to the Director of Budget/Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her Proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her Proposal and the bid security accompanying the Proposal will be forfeited to the City of Lewiston. Any Proposal received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any Proposal not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any Proposal or reject any or all Proposals if it is deemed to be in the public interest to do so. N-1 No Proposal will be considered unless it is accompanied by a bid security in the form of a bid bond or certified check in the amount of ten percent (10%) of the total base bid price, made out in favor of the ---PAGE BREAK--- City of Lewiston. All bid securities will be released upon deliverance of a signed Contract or, if no Contract award is made, within forty-five (45) days after the opening of the Proposals, unless forfeited as herein stipulated. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director of Budget/Purchasing of the acceptance of his/her Proposal and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the Proposal has been abandoned; and, in such case, the bid security accompanying the Proposal shall be forfeited to the City of Lewiston. The work is to be commenced within ten (10) days after the date of the Contract signing unless otherwise specified in the Specifications or directed by the Director of Budget/Purchasing, in writing, and is to be continued with diligent regularity until its completion within the time limit specified. All Proposals must be made on the blank Proposal Form bound in the Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate item of work as called for in the Proposal Form. These prices are to cover all the expenses incidental to the completion of the work in full conformity with the Contract Documents. The prices must be stated both in words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices written in words shall govern. Proposals which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. Each bidder shall make his/her Proposal from his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, in writing, to the Engineer. “The City may set off any unpaid taxes, fees or other charges or other amounts owed by the contractor against the contract price, in full or partial satisfaction.” All materials and labor required to complete the work will be supplied by the Contractor unless otherwise provided for in the Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the proposal. Specifications can be obtained on the City Website at: www.lewistonmaine.gov under Purchasing and “Bids and Awards”. Contract documents can also be viewed at the following locations: Associated Constructors of ME, 188 Whiten Road, Augusta, ME 04330 Tel. no. 622-4741 Fax no. 622- 1625 Email: [EMAIL REDACTED] Portland Construction Summary of ME, Cross Insurance Building, 2331 Congress Street, Maine 04102 Tel. No. [PHONE REDACTED], Email: [EMAIL REDACTED] McGraw-Hill Construction, 3315 Central Avenue, Hot Springs, AR 71913 Tel. No. [PHONE REDACTED] Email: [EMAIL REDACTED] N-2 All questions by prospective bidders pertaining to the Contract Documents, Plans and Specifications must be received, in writing, by the Director of Public Buildings, at least five days before the date set for the opening of the Proposals. Any questions which, in the opinion of the Director of Public Buildings, require interpretation, will be sent by registered mail, with the interpretation, in the form of a numbered ---PAGE BREAK--- Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the Proposals. Addenda issued later than three days prior to the scheduled opening of the Proposals may be by telephone. Bidders shall acknowledge receipt of all Addenda in the space provided therefor in the Proposal Form, whether the Addenda are in response to questions or otherwise issued by the City and whether the Addenda are received by mail or telephone/fax. The Supplemental Specifications and the Contract Plans delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Supplemental Specifications and the Standard Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. The whole Contract shall be awarded to one successful bidder based on the Grand Total amount submitted in the proposal. The City may, however, award only one part of the project based on the availability of funds. If the Bid Price of any or several bid items submitted with this Proposal appear to be extremely low or high, compared to the actual cost of performing the work, the Bidder may be asked to explain, in writing, how the work in question is to be performed at the price or prices bid before a decision is made by the City to award a Contract or reject the Bid. Proposals will be considered irregular and will be rejected for the following reasons: If the Proposal is on a form other than that furnished by the City or if the form is altered in any way. If there are unauthorized additions, conditional or alternate bids or irregularities of any kind which may make the Proposal incomplete, indefinite or ambiguous as to its meaning. If the Bidder adds any provisions reserving the right to accept or reject an award or to enter into a Contract pursuant to an award. If the Proposal does not contain a unit price for each pay item listed unless otherwise specified. If any of the bid prices are unbalanced, or do not reflect the actual cost required to perform the work, as outlined in the Plans and Specifications. N-3 Bid No. 2013-045 Bid Date: 10/01/13 City of Lewiston Proposal For CITY OF LEWISTON ARMORY BUILDING ---PAGE BREAK--- WINDOW REPLACEMENT PROJECT To: Director of Budget/Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Proposal is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Director of Public Buildings and/or Director of Public Works as provided for therein; and that he/she will accept in full payment therefor the following sums to wit: Base Bid Item: ITEM EST. QTY.& NO. PAY UNIT ITEM DESCRIPTION & UNIT TOTAL 1. 51 EA. Furnish and Install 40” by 74” Vinyl Double Hung Windows as Specified: 2. 9 EA. Furnish and Install 28” by 74” Vinyl Double Hung Windows as Specified: 3. 7 EA. Furnish and Install 20” by 64” Vinyl Double Hung Windows as Specified: 4. 1 EA. Furnish and Install 20” by 48” Vinyl Double Hung Window as Specified: P-1 5. 2 EA. Furnish and Install two pairs of 28” by 74” Vinyl Double Hung Windows Mulled as Specified: 6. 8 EA. Furnish and Install Aluminum Coil Stock to Cover Existing 40” by 74” Vinyl Double Hung Window Wood Trim as Specified: Total Base Bid ---PAGE BREAK--- The undersigned acknowledges the receipt of Addenda numbered: The undersigned further agrees that, after notification by the Director of Budget/Purchasing of the acceptance of his/her Proposal and the readiness of the Contract for signature, he/she will execute the Contract within ten (10) days, Saturdays, Sundays and Holidays, excepted, and that he/she will commence the work within ten (10) days after the execution of the Contract, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Buildings or Director of Public Services in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred dollars ($200.00) for each working day beyond the time limit specified in the Supplemental Specifications which is required by the Contractor to complete the whole work to the satisfaction of the Director of Public Buildings and the Director of Public Works. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any Proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal or in any contract which may be made under it or in profits expected to arise therefrom, except as provided by the City Charter. The full names and addresses of all persons and parties interested in this Proposal, as principals, are as follows: (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): Accompanying this Proposal is a bid security deposit in the amount of P-2 which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director of Budget/Purchasing of the acceptance of his/her Proposal, to execute a Contract with the City within the time agreed to herein; or, in case the undersigned withdraws his/her Proposal within thirty (30) days after the opening of the Proposals. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: Company name Signature Printed name & title ---PAGE BREAK--- Address Firm’s IRS ID # Telephone # Fax # E-mail address Date P-3 CITY OF LEWISTON ARMORY BUILDING WINDOW REPLACEMENT PROJECT Installer Qualification Statement Please answer the following questions completely; attach sheets if necessary: 1. Installer name, address and phone number: 2. List Project Superintendent and years of experience with the company that will be assigned to this project. ---PAGE BREAK--- 3. List of references for at least five similar projects: a. Project name and address: Owner name, address and phone number: b. Project name and address: Owner name, address and phone number: c. Project name and address: Owner name, address and phone number: P-4 d. Project name and address: Owner name, address and phone number: e. Project name and address: Owner name, address and phone number: 4. List all Subcontractors, if not identified above: ---PAGE BREAK--- Form prepared Print or Type P-5 Bid No. 2013-045 Bid Date: 10/01/13 City of Lewiston, Maine Contract For CITY OF LEWISTON ARMORY BUILDING WINDOW REPLACEMENT PROJECT This Agreement, made and entered into this day of in the year two thousand thirteen, by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called “Owner”, by its City Administrator, party of the first part, and hereinafter called “Contractor”, with legal address and principal place of business at party of the second part: ---PAGE BREAK--- WITNESSETH: That this Agreement includes the following documents, hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: 1. Notice to Contractors 2. Proposal 3. Supplemental Specifications 4. Standard Specifications 5. Contract Plans, if any 6. Addenda, if any 7. Federal Conditions, if any That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: Base Bid Item: ITEM EST. QTY.& NO. PAY UNIT ITEM DESCRIPTION & UNIT TOTAL 1. 51 EA. Furnish and Install 40” by 74” Vinyl Double Hung Windows as Specified: C-1 2. 9 EA. Furnish and Install 28” by 74” Vinyl Double Hung Windows as Specified: 3. 7 EA. Furnish and Install 20” by 64” Vinyl Double Hung Windows as Specified: 4. 1 EA. Furnish and Install 20” by 48” Vinyl Double Hung Window as Specified: 5. 2 EA. Furnish and Install two pairs of 28” by 74” Vinyl Double Hung Windows Mulled as Specified: 6. 8 EA. Furnish and Install Aluminum Coil Stock to Cover Existing 40” by 74” Vinyl Double Hung Window Wood Trim as Specified: ---PAGE BREAK--- Total Base Bid The party of the second part represents and warrants: That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and: That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all the other materials and conditions which may in any way affect the work or its performance. C-2 IN WITNESS WHEREOF, the said City, by its City Administrator and the said by its_________________thereunto duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: City of Lewiston, Maine Edward A. Barrett, City Administrator ,Contractor ---PAGE BREAK--- C-3 DIVISION 10 10.0 SCOPE OF WORK It is the intention of these Contract Documents to replace existing single pane windows at the Lewiston Armory Building. Sealed proposals to furnish and install fifty-one (51) 40” by 74” Vinyl Double Hung, nine 28” by 74” Vinyl Double Hung, seven 20” by 64” Vinyl Double Hung, one 20” by 48” Vinyl Double Hung, two(2) pairs of two(2) 28” by 74” Vinyl Double Hung mulled, cover eight existing 40” by 74” windows exterior wood trim with aluminum coil stock, and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans and Specifications. Bids will be received at the office of the Director of Budget/Purchasing until 2:00 p.m. on October 1, 2013, and then at said office publicly opened and read aloud. 10.1 PROJECT SEQUENCING A. The Contractor will remove window stops, sashes, pulley and weight system. Only windows that can completely installed in one day shall be removed. B. The Contractor will fill pulley and weight system voids and between window frame and rough opening with fiber glass or spray foam insulation as recommended by the product manufacture. C. The Contractor will furnish and install metal coil stock to cover exposed exterior wood trim. D. The Contractor will install new window as specified. ---PAGE BREAK--- E. The Contractor will apply sealant around perimeter on both the interior and exterior sides of window. F. The Contractor will re-install window stops. One of the 20” by 64” windows in the men’s bathroom will require new stops. G. The Contractor will prime and paint interior wood trim to match existing surface. I. The Contractor will install a header between the fan and the new 20” by 48” window located in the men’s bathroom. J. The Contractor will remove the existing pair of aluminum double hung windows located in the Office Lobby and furnish and install a pair of 28” by 74” Vinyl Double Hung windows with a mullion that are similar to the existing windows. The Contractor shall make modifications to the interior and exterior wood trim to match existing surface. The Contractor shall install sealant, prime and paint interior wood trim to match existing surface. K. The Contractor will remove the two windows, including frame, located above the Office Lobby windows and install a pair of new 28” by 74” Vinyl Double Hung with a mullion that match the Office Lobby window. The Contractor will furnish and install new wood pine trim to match the interior and exterior trim in the Office Lobby. The Contractor shall install sealant, and prime and paint interior wood trim to match existing surface. 10.2 TIME LIMIT The Contractor shall complete all work outlined in the Contract Documents by December 6, 2013. The Director of Public Buildings or his/her representative may extend the time limit if the Contractor submits, in writing, evidence that he/she cannot complete the project within the time limit specified because of the long delivery time on the materials or other justifiable reasons. The Contractor shall be responsible for ordering his/her materials The decision of the Director of Public Buildings or his/her representative regarding the time extension shall be final. 10.3 BID AWARD OR REJECTION It is the intent of the City to award a contract within ten (10) days after the bid due date. The City reserves the right to reject any or all bids. The contract shall be awarded to one contractor. Depending on the bid prices, the City may eliminate items in the scope of work subject to the availability of funds. 10.4 PRE-BID REQUIREMENTS A mandatory pre-bid meeting will be held at the Lewiston Armory Building, located at 65 Central Avenue, Lewiston, Maine on September 17, 2013 at 10:00 A.M to examine the work site and ask questions of the Director of Public Buildings. The meeting will be held in the first floor Gym. Attendance at this meeting by the Contractor or his/her qualified representative is a mandatory prerequisite for the acceptance of a proposal from that Contractor. 10.5 SITE INVESTIGATION The Contractor shall examine the Specifications and site of work and from his/her investigation, determine the nature and location of the work, the general and local conditions, particularly those ---PAGE BREAK--- bearing on access, quantity and quality of the surfaces, the machinery and services required to complete the project, as required by the Contract Documents, and all other aspects of the work. The sizes of the windows in the Scope of Work are estimated. It is the Contractor’s responsibility to take field measurements before ordering the replacement windows. 10.6 MATERIALS The Contractor shall provide all materials, equipment, and labor, as necessary to complete the project in accordance with the Specifications. All materials entering into the installation, except as hereinafter noted, must be new and of the quality specified; otherwise, of the best commercial quality obtainable for the purpose. 10.7 QUALIFICATIONS A. Installer Qualification: An experienced installer who has specialized in installing work similar in material, design and extent to that indicated for this project and who is acceptable to the manufacturer. The installer must completely fill out the Installer Qualification Statement included in the Proposal of the Specifications. They must provide a list of five projects with reference names and phone numbers under the current company name, of similar scope and complexity to this project. They must have a minimum of five years in business under the same name. They must have an actual storefront with a physical address. They must be a member of the National Glass Association (NGA). B. Manufacturer Qualification: Manufacturer shall provide evidence showing that the specified materials have been manufactured by the same source and successfully installed on a yearly basis for a minimum of ten years on projects of similar scope and complexity. The manufacturer of the vinyl must be a member of American Architectural Manufacturers Association (AAMA). All the windows provided on this project shall bear an AAMA label to assure the units meet the testing requirements. 10.8 VINYL WINDOWS Part 1. GENERAL A. SECTION INCLUDES 1. Vinyl Replacement Windows. B. REFERENCES 1. ANSI/AAMA/NWWDA 101/I.S.2; 97 and current A-440-05 - Voluntary Specification for Aluminum, Vinyl (PVC) and Wood Windows and Glass Doors with revisions contained in "reprinting" of 12/99. 2. AAMA 701/702 - Combined Voluntary Specifications for Pile Weather strip and Replaceable Fenestration Weather seals. 3. AAMA 902 - Voluntary Specification for Sash Balances. 4. ASTM E 283 - Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls and Doors Under Specified Pressure Differences Across the Specimen. 5. ASTM E 330 - Standard Test Method for Structural Performance of Exterior Windows, Curtain Walls and Doors by Uniform Static Air Pressure Difference. ---PAGE BREAK--- 6. ASTM E 547 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors and Curtain Walls by Cyclic Static Air Pressure Difference. 7. ASTM E 1886 - Standard Test Method for Performance of Exterior Windows, Curtain Walls, Doors, and Impact Protective Systems Impacted by Missile(s) and Exposed to Cyclic Pressure Differentials. 8. ASTM E 1996 - Standard Specification for Performance of Exterior Windows, Curtain Walls, Doors and Impact Protective Systems Impacted by Windborne Debris in Hurricanes. 9. ASTM E 2190 - Standard Specification for the Classification of the Durability of Sealed Insulating Glass Units. 10. ASTM F 588 - Standard Test Methods for Measuring the Forced Entry Resistance of Window Assemblies, Excluding Glazing Impact. 11. NFRC 100/200 – Procedure for Determining Fenestration Product U-Factors and Solar Heat Gain. C. QUALITY ASSURANCE 1. Manufacturer Qualifications: Minimum ten (10) years producing vinyl (PVC) windows. 2. Installer Qualifications: Utilize an installer having demonstrated experience on projects of similar size. 3. Source Limitations: Obtain window units from one manufacturer through a single source. 4. Provide window units independently tested and found to be in compliance with ANSI/AAMA/NWWDA 101/I.S.2-97 and current A440-05 performance standards listed above. 5. Code Compliance: Provide windows that are labeled in compliance with the jurisdiction having authority over the project. D. DELIVERY, STORAGE, AND HANDLING 1. Deliver windows to project site in undamaged condition; handle windows to prevent damage to components and to finishes. 2. Store products in manufacturer's unopened packaging, out of direct sunlight or high temperature locations, until ready for installation. E. PROJECT CONDITIONS 1. Maintain environmental conditions (temperature, humidity and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. F. WARRANTY 1. Submit manufacturer's standard warranty against defects in workmanship and materials. 2. Limited Lifetime Limited Transferable warranty on extruded solid vinyl member and component parts. Insulated glass is warranted against material obstruction of transparency resulting from film formation or dust collection on the interior glass surfaces for a period of twenty (20) years. Consult warranty for complete details. Part 2. PRODUCTS ---PAGE BREAK--- A. MANUFACTURERS 1. Acceptable Manufacturer: Harvey Building Products , which is located at: 1400 Main St. ; Waltham, MA 02451-9180; Toll Free Tel: [PHONE REDACTED]; Tel: [PHONE REDACTED]; Fax: [PHONE REDACTED]; Email: request info ([EMAIL REDACTED]); Web: www.harveybp.com B. REPLACEMENT CLASSIC DOUBLE HUNG WINDOWS 1. Construction: a. Nominal 0.070 inch (1.8mm) frame thickness polyvinyl chloride (PVC) with miter cut and fusion welded corners. Sash shall be a nominal 0.065 inch (1.7mm) thickness with fusion welded corners. b. Color: Bronze. c. Glazing: Insulated glass units secured to sash frame using a sealant and dual durometer glazing bead. Complies with ÅSTM E 2190. d. Sash Balances: Factory calibrated block and tackle, complying with AAMA-902. Balance cords shall be anchored to locking terminal housings when the sash is tilted in. The locking terminal and pivot bar system shall provide accurate alignment of the sash and the frame during operation. e. Sash Locks: Cam type locks anchored with screws driven through the sash rail and into an extruded aluminum reinforcing bar. Double locks where openings exceed 30 1/4 inches (768mm) wide. f. Weather Stripping: In compliance with AAMA 701.2. g. Screens: Extruded aluminum half screen with 18 x 16 charcoal finished fiberglass mesh. h. Grids: Colonial contour grids between glass (GBG) dividers. 2. Performance: a. Sound Transmission Class (STC): 28 and 35. b. Forced Entry: Type B, Grade 10 in accordance with ÅSTM F 588. c. Thermal Transmittance: The following values are in accordance with NFRC 100 and NFRC 200. d. Low-E/Argon: U-Factor - 0.30 / R-Value - 3.33 / SHGC - 0.30 / VT 0.55. Part 3. EXECUTION A. EXAMINATION 1. Verify rough opening size is of sufficient size to receive window unit and complies with manufacturer's requirements for opening clearances. 2. Verify that sill plate is level. 3. Notify Director of Public Buildings of unacceptable conditions before proceeding with installation. B. INSTALLATION 1. Remove stop, sash, and pulley and weight system. 2. Fill pulley and weight system voids and with fiber glass or spray foam insulation as ---PAGE BREAK--- recommended by the product manufacture. 3. Install exterior coil stock aluminum trim. 4. Insulate between window frame and rough opening and in the void with insulation. 5. Install window unit in accordance with manufacturer's printed instructions. 6. Install window unit level and plumb. Center window unit in opening and secure window unit by screwing through jambs as indicated in manufacturer's instructions. 7. Apply sealant around perimeter of window unit on the interior side of the window before reinstallation stop. Reuse original stop screws. Refer to Section "10.12 Caulking and Sealants". 8. Apply sealant around perimeter of window unit on the exterior side of the window. Refer to Section "10.12 Caulking and Sealants". C. ADJUSTING 1. Adjust units for smooth operation without binding or racking. 2. Adjust sash locks and screens for smooth operation. E. CLEANING 1. Clean soiled surfaces and glass prior to substantial completion. F. PROTECTION 1. Protect window unit from damage until substantial completion. Repair or replace damaged units. 10:9 FINISH CARPENTRY PART 1 - GENERAL A SUMMARY 1. Section Includes: a. Interior trim. PART 2 - PRODUCTS A. MATERIALS, GENERAL 1. Factory mark each piece of lumber with grade stamp of inspection agency indicating grade, species, moisture content at time of surfacing, and mill. 2. For exposed lumber, mark grade stamp on end or back of each piece. B. INTERIOR TRIM 1. Species and Grade: Premium or No. 2 eastern white pine; NELMA or NLGA. C. MISCELLANEOUS MATERIALS ---PAGE BREAK--- 1. Fasteners for Finish Carpentry: Nails, screws, and other anchoring devices of type, size, material, and finish required for application indicated to provide secure attachment, concealed where possible. 2. Multipurpose Construction Adhesive: Formulation complying with ASTM D 3498 that is recommended for indicated use by adhesive manufacturer. PART 3 - EXECUTION A. INSTALLATION, GENERAL 1. Do not use materials that are unsound, warped, improperly treated or finished, inadequately seasoned, too small to fabricate with proper jointing arrangements, or with defective surfaces, sizes, or patterns. 2. Install interior finish carpentry level, plumb, true, and aligned with adjacent materials. Use concealed shims where necessary for alignment. 3. Where face fastening is unavoidable, countersink fasteners, fill surface flush, and sand unless otherwise indicated. 4. Install to tolerance of 1/8 inch in 96 inches for level and plumb. Install adjoining interior finish carpentry with 1/32-inch maximum offset for flush installation and 1/16-inch maximum offset for reveal installation. B. STANDING AND RUNNING TRIM INSTALLATION 1. Install with minimum number of joints practical, using full-length pieces from maximum of lumber available. Do not use pieces less than 24 inches long, except where necessary. Cope at returns, miter at outside corners, and cope at inside corners to produce tight-fitting joints with full surface contact throughout length of joint. 10.10 PAINTING A. SCOPE OF WORK 1. Furnish labor and materials to completely paint all wood and metals surfaces as directed in the design drawings. Submit paint schedule and colors for approval, listing manufacturer, paint type with exact product descriptions for each coat corresponding to the Schedule of Finishes. Work shall be done by a skilled painter. Evenly apply materials free from sags, runs, crawls or other defects, brush out or roll coats of proper consistency to show a minimum amount of brush or lap. There shall be no outside work during damp weather, when temperature is below 50 degrees F, or until surfaces have thoroughly dried from effects of such weather. B. SCHEDULE OF FINISHES-COVERAGE REQUIREMENTS 1. Interior a. Window and trim: : 1 coat latex primer 2 coats acrylic latex paint ---PAGE BREAK--- C. MATERIALS When no specific manufacturers of paint, enamels, etc., are specified, such materials shall be the product of the following approved manufacturers and shall be their highest grade of each type of material: Devoe Co. Glidden Co. Benjamin Moore & Co.. PPG Industries, Inc. (Pittsburgh Paint) Pratt & Lambert, Inc. Muralo Co. Sherwin-Williams Co. PAINT SCHEDULE Wood: Provide the following finish systems over interior wood surfaces: Semigloss, Acrylic-Enamel Finish: 2 finish coats over a primer. Primer: Alkyd or latex, wood primer, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.5 mils. First and Second Coats: Semigloss, waterborne, acrylic enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.4 mils. D. SURFACE PREPARATION Before painting, all dust, loose paint, dirt, plaster, grease and other extraneous matter, which would affect the finished work, shall be removed. After priming coat has dried, apply shellac to all knots, pitch and sapwood, and putty all nail holes, cracks, open joints and other defects. Prime all faces of wood window casing at the job before applying the first coat of the material given in the Painting Schedule. E. FINISH PAINTING Paint coats shall be thoroughly dry before the succeeding coat is applied. Allow at least 24 hours between coats, unless special paint is used that requires more or less time for drying. Painting coats, as specified, are intended to cover surface perfectly; if surfaces are not covered, apply further coats. Leave parts of molding and ornaments clean and true to details. Finish shall be uniform as to sheen, color and texture. Apply painting coats in strict accordance with the manufacturer’s directions. F. CLEANING UP Remove all paint where it has been spilled, splashed or spattered on surfaces, including fixtures, hardware, glass, furniture, fittings, etc. 10.11 COIL STOCK A. Cover exterior exposed wood trim with aluminum coil stock provide by Harvey Building ---PAGE BREAK--- Products. The coil stock shall be .019 gauge, with a Terra Bronze finish. The Contractor shall extend the coil stock metal at least 1 inch beyond the exterior face of the new window. Minimal use of nails. Apply sealant around perimeter of window unit on the exterior side of the window after the aluminum trim has been installed. Refer to Section "10.11 Caulking And Sealants". See attached drawing for detailed section of the aluminum trim. 10.12 CAULKING AND SEALANTS A. Product Description: High Performance one component, gun-grade, low modulus, non-sag, tripolyrmer sealant such as Geocel 2300 or engineer approved equal. B. Surface preparation: Surfaces must be sound, clean, and dry. All release agents, existing waterproofing, dust, loose mortar, laitance, paints, or other finishes must be removed. This can be accomplished with a thorough wire brushing, grinding, sandblasting, or solvent washing, depending on the contamination. Surface temperatures shall be 40˚F (5˚C) or above at the time the sealant is applied. If sealant must be applied in temperatures below 40˚F, please refer to the manufacturer’s recommendation. Brick and wood surface must be cohesively sound and free of contaminants and must be pretested for adhesion prior to sealant installation. If the pretest fails, follow manufacturer’s recommendations for preparing the surface prior to application. Mill finish vinyl may contain an invisible oil film or oxide. Clean with a good degreasing solvent such as Xylene or Toluene. Make sure the surface is completely dry before applying sealant. C. Application: For fillet beads, or angle beads around windows, the sealant should exhibit a minimum surface contact area of 1/4” onto each substrate. Tooling shall be done in one continuous stroke. Tool the sealant with adequate pressure to spread the sealant against the adjacent surfaces. Excess sealant shall be wiped from all surfaces while still curing. 10.13 CLEAN UP A. All debris resulting from the operations under this Contract and all tools and apparatus are to be removed from the site at the completion of the work and the site left clear and free from hazards, to the satisfaction of the City of Lewiston. B. Keep work and storage places neat and clean. Waste materials shall be deposited in metal containers having tight covers. C. After the construction work has been accomplished, remove all surplus materials, containers, rubbish and debris resulting from these operations and legally dispose of off-site. D. remove waste material from the site and dispose of properly at licensed facility. Contractor shall provide the location of the disposal site at the Pre-Construction Meeting. 10.14 CODES AND ORDINANCES All rehabilitation work specified shall conform to all codes and ordinances that apply. Bidders who are aware of unpublished requirements of such codes and ordinances shall inform the Director of Public Buildings, in writing, at least four days before the end of the bidding period of such requirements, and include in their bid price the difference in cost to satisfy such requirements. 10.15 ERRORS OR OMISSIONS A. Should any errors or omissions exist in the Specifications and Drawings, the Contractor and/or subcontractors concerned, shall not avail themselves of such unintentional error, omission or conflict, but shall have same explained and adjusted before signing the Contract and proceeding with ---PAGE BREAK--- the work. Otherwise, each Contractor or subcontractor shall, at his/her own expense, supply the proper materials and labor to make good any damage to, or defect in his/her work caused by such error, omission or conflict. B. Any items inadvertently omitted from the Specifications, which are necessary for the proper completion and operation of the work, and that can reasonably be inferred as belonging to the various systems, shall be supplied by the Contractor as part of his/her work under this section of the Specifications. 10.16 WORKING HOURS The Contractor may work on the project, in general, between the hours of 7:00 A.M. and 6:00 P.M., Monday through Saturday. 10.17 EXTRA WORK ORDERS - CREDITS A. No extra work will be paid for unless authorized by the Director of Public Buildings in writing. Where extra work is required, the Contractor shall provide an itemized account of the work involved and shall take into consideration any credits due to work omitted for any reason. Estimates shall clearly list such omitted work with proper credit given for same. 10.18 PRECONSTRUCTION CONFERENCE A Preconstruction Conference will be held between the Contractor and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Specifications and the Regulations of the City. The Contractor shall give the Director of Public Buildings a work schedule, a list of suppliers and subcontractors, and all other information required by the Contract at that time. 10.19 SAFETY During the course of the work, the Contractor shall assume full responsibility for the safety and protection of all workers and the general public. The Contractor shall barricade sidewalks, work areas and entrances and do any other work necessary to protect pedestrians while work is being done on the windows. If the Contractor plans to change the current pedestrian traffic scheme, he/she must notify the City in writing and obtain written approval one week prior to instituting the change. The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act. The Contractor shall have a competent person or persons as required under the Occupational Safety and Health Act on the site to inspect the work and to supervise the conformance of the Contractor's operations with the regulations of the Act. 10.20 INSURANCE AND LIABILITY: The Contractor shall take all responsibility of the work and take all precautions for preventing injuries to persons and property in or about the work; shall bear all losses resulting to him/her on account of the amount or character of the work or because the nature of the land in or on which the work is done is different from what was estimated or expected or on account of the weather, elements or other cause; and he/she shall assume the defense of and indemnify and save harmless the City and its officers, agents and servants from all claims relating to labor and materials furnished for the work; to inventions, patents and patent rights used in doing the work; to injuries to any person or corporation received or sustained by or from the Contractor and his/her employees in doing the ---PAGE BREAK--- work, or in consequence of any improper materials, implements or labor used therein; and to any act, omission or neglect of the Contractor and his/her employees therein. The Contractor shall procure and maintain for the life of this Contract insurance of the types and to the limits specified below. Certificates of such insurance showing policies and adequacy of protection shall be filed with the Director of Budget/Purchasing for his/her approval before permission to commence work will be granted. INSURANCE: The Contractor shall furnish proof of coverage with adequate insurance of the types and to the limits specified below naming the City of Lewiston as additional insured. Certificate of such insurance shall be filed with the Director of Budget/Purchasing when the contract in signed. WORKERS’ COMPENSATION: Workers’ Compensation, coverage with Statutory Limits and Employers Liability for all employees with limits of $400,000 per incident; and in case any work is sublet, the Contractor shall require the sub-contractor similarly to provide coverage for the latter’s employees unless such employees are covered by the protection afforded the Contractor. AUTOMOTIVE LIABILITY INSURANCE: Automotive Liability insurance with minimum limits of liability for bodily injury in the amount of $400,000 for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate. GENERAL LIABILITY INSURANCE: General Liability insurance with minimum limits of liability for bodily injury in the amount of $500,000 for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate, or a combined single limit of $500,000 for each occurrence, including completed operations shall be required. “In the event of cancellation, change or expiration of any of the foregoing policies, ten (10) days written notice will be mailed to the City of Lewiston.” 10.21 CONTACT INFORMATION Michael Paradis is the City of Lewiston’s contact person and addressee for receiving all technical communications about the Project. Address any and all inquiries and comments regarding the Project, by telephone, fax, E-mail, or letter. Michael Paradis, P.E. City of Lewiston: Director of Public Buildings Department of Public Works 103 Adams Avenue Lewiston, ME 04240 Telephone No. (207) 513-3003 ext. 3412 Cell Phone No. (207) 576-2249 Fax: (207) 784-5647 E-mail: [EMAIL REDACTED] ---PAGE BREAK--- Aluminum Coil Stock Cover Detail The detail is not to scale. This detail provides the Contractor direction on the trim configuration only.