27

Click here to load reader

REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

Embed Size (px)

Citation preview

Page 1: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

REQUEST FOR QUOTATIONSubmit Bid To

UNIVERSITY OF KANSAS MEDICAL CENTERDEPARTMENT OF PURCHASING

Mail Stop 20343901 Rainbow Blvd., Kansas City, KS 66160

IF ADDITIONAL INFORMATION IS DESIRED CONTACT BRYAN THOMAS, 913-588-1115, or [email protected]

Quotation No.683F12-17 Date Mailed 6/01/12 Closing 4:00 pm 06/15/12

This space for bidders name and address:

THIS IS NOT AN ORDERIf Given an Order, Bidder Agrees to Furnish the Items Enumerated Hereon at the Price(s) and under the Conditions Indicated

1. In communicating always refer to the quotation number above.2. In order to receive consideration for award, one copy of this “Request for Quotation” properly completed

and signed must be returned to, and received by the Department of Purchasing, not later than the specified central time.

3. All prices, items and conditions must be shown. Any prices, terms and conditions not shown, and presented after the specified closing time will not be considered in the bid evaluating process.

4. Purchase orders or contracts resulting from this quotation may not be assigned without written prior approval from the Director of Purchasing.

5. The seller agrees to protect the purchaser from all damage arising out of alleged infringements of patents.6. Unless otherwise specified, the Director of Purchasing reserves the right to accept or reject all or any part of

this quotation.7. All offered discounts will be considered in determining the low bid, and taken when payment is made.8. Bids and performance guarantee, when required, will be outlined in the specifications below.9. All prices quoted are to be less federal excise and state sales taxes.10. Facsimile No.: 913-588-1102. Facsimile bids are not acceptable in lieu of original response unless prior

approval has been granted or outlined in the specifications below.11. It is hereby agreed that the bidder will, if required by law, comply with the Kansas Act Against

Discrimination, K.S.A. 44-1030 et seq.

Items and SpecificationsKUMC seeks the replacement of windows in both buildings, Murphy and Sudler, per the attached specifications.KUMC reserves the right to negotiate with selected finalists should it be deemed necessary.

Show Terms __________________________________ Signed By __________________________________________Delivery will be made _______ days after receipt of orderFOB Destination Title _______________________________________________FEIN/SSAN __________________________________ Date _______________________________________________

Phone ______________________________________________ Email Address ______________________________________Page 1 of 19

Page 2: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

KUMC, Request for Quotation No. 683F12-17

GENERAL TERMS AND CONDITIONS

1. It is the intent of KUMC to permit competitive bidding. It is the bidder’s responsibility to advise KUMC Purchasing, in writing no later than three (3) days prior to the closing date, if any specification or requirement limits bidding to a single source.

2. Unless otherwise specified, KUMC reserves the right to accept or reject all or any part of a quotation, and to waive technicalities.

3. Except as otherwise indicated, the merchandise quoted shall be in new condition.4. KUMC reserves the right to award purchases by item, by group, or by lot, whichever is deemed to be in

its best interest.5. In the event of a tie for low bid, the award shall be made to a Kansas bidder.6. Unit price shall prevail in the event of extension errors.7. When brand names or trade names and model numbers are used in the bid request, it is for quality, style

and features. Bids on equivalent items of substantially the same quality, style and features are invited, unless otherwise indicated. However, to receive consideration, such equivalent bids must be accompanied by sufficient literature and/or specifications to clearly identify the items and allow for functional evaluation. If a bid indicates that an item quoted is functionally equivalent and is purchased and found to not be comparable, KUMC reserves the right to return the item at the bidder’s expense, and the bidder will be charged back for any difference in cost for the specified item.

8. If any portion of this bid is provided by a vendor other than the bidder, the bidder remains the prime contractor responsible for fulfilling all requirements of this bid.

9. Samples of items, when required, shall be furnished at no expense to KUMC, and, if not destroyed in the evaluation process, will be returned at the bidder’s expense if requested.

10. Partial payments shall not be made unless otherwise specified.11. Any conviction for a criminal or civil offense that indicates a lack of business integrity or honesty must

be disclosed. This includes 1) conviction of a criminal offense incidental to obtaining or trying to obtain a public or private contract or subcontract or in the performance of such contract or subcontract; 2) conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of documents, receiving stolen property; 3) conviction under state or federal antitrust statutes; and 4) any other offense to be serious and compelling as to affect responsibility as a state contractor. Failure to disclose an offense may result in disqualification of the bid or termination of the contract.

12. The terms and conditions of any quote submitted in response to this RFQ shall not apply to any resulting purchase order or contract. The State of Kansas Department of Administration Contractual Provisions Attachment shall apply. http://www.da.ks.gov/purch/DA-146a.doc.

13. For similar KUMC requests: http://www2.kumc.edu/finance/purchasing/bids.html

Page 2 of 19

Page 3: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

SPECIFICATION SHEET

SECTION 01100 - SUMMARY

PART 1 - GENERAL

1.1 SUMMARY

A. Project Identification: Ground and 2nd Floor Murphy and also 2nd and 3rd Floor Sudler Window Replacement.

Project Location: KU Medical Center, Ground and 2nd Floor Murphy Building # 001 and also 2nd and 3rd Floor Sudler #007.

B. Owner: University of Kansas Medical Center, 3901 Rainbow Blvd., Kansas City, Kansas, 66160

1. Owner's Representative: Facilities Planning, KU Medical Center, ms 1029, 3901 Rainbow Blvd., Kansas City, Kansas, 66160, ph. 913-588-9001, fx. 913-588-7998.

C. The Work for Ground and 2nd Floor Murphy Window Replacement consists of the following:

1. The work includes removal of existing storm windows and double-hung wood window sashes and installation of six (6) new single-hung replacement windows and associated panning required on the ground floor, ten (10) new single-hung replacement windows and associated panning required on the ground floor. Existing windows are approximately 50”w x 75”h. The contractor shall field verify actual sizes.

2. Alternate 1: Additional two (2) new single-hung replacement windows and associated panning required on the ground floor, and four (4) new single-hung replacement windows and associated panning required on the third floor.

D. The Work for Sudler 2nd and 3rd Floor Window Replacement consist of the following

1. The work includes removal of existing storm windows and double-hung wood window sashes and installation of two (2) new single-hung replacement windows and associated panning required on the second floor in the existing restrooms and twenty-one (21) new single-hung replacement windows and associated panning required on the third floor. Existing windows are approximately 50”w x 75”h. The contractor shall field verify actual sizes.

E. There is a mandatory site visit scheduled for Thursday, June 7 at 1:00 P.M. CDT in the KU Medical Center Office of Facilities Planning located on the ground floor of the Delp Building, Room G081. Attendance is required for bid submission.

F. Awarded vendor shall have, maintain and show proof of workers compensation and general liability insurance.

G. Related Sections include the following:

1. Division 1 Section 01105 Medical Center Procedures for use of premises, owner occupancy and work restrictions.

1.2 OWNER-FURNISHED PRODUCTS

A. Use of Site: Limit use of premises to areas within the Contract limits. Do not disturb portions of Project site beyond areas in which the Work is indicated.

Page 3 of 19

Page 4: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

1. Owner Occupancy: Refer to Section 01105 Medical Center Procedures for use of premises, owner occupancy and work restrictions. All floors are fully occupied.

2. Driveways and Entrances: Keep driveways, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials.a. Schedule deliveries to minimize use of driveways and entrances.b. Schedule deliveries to minimize space and time requirements for storage of materials and

equipment on-site.

B. Use of Existing Building: Maintain existing building in a weather-tight condition throughout construction period. Repair damage caused by construction operations of any adjacent surfaces. Protect building and its occupants during construction period.

1.3 OWNER'S OCCUPANCY REQUIREMENTS

A. Full Owner Occupancy: Owner will occupy site and building during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits, unless otherwise indicated.

1. Refer to Section 01105 Medical Center Procedures.

2. Provide protection of adjacent occupied areas , including finishes and equipment, throughout construction period.

3. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction.

4. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations.

B. Owner Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed areas of building, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work.

1.4 WORK RESTRICTIONS1. Refer to Section 01105 Medical Center Procedures.

1.5 QUALIFICATIONS AND CRITERIA FOR AWARD

A. In addition to Section 4.2 Vendor qualifications, in the request for proposal, the following contractor requirements must be met. Award will be made only to contractors meeting all of the following criteria:

1. Licensed contractor in specified trade.2. The contractor shall have experience in specified trade for a minimum of 10 years.3. Each bidder shall submit a list of at least three (3) contracts of similar size completed in the last 24

months. List shall include telephone number and name of individuals familiar with the scope of the project and the performance of the contractor. Failure to provide the information may lead to disqualification of the bid.

4. Must have ability to service projects in a timely manner. 5. Must be located within a 50 mile radius for a 60 minute response.6. Must have certified installers on staff to perform work.

Page 4 of 19

Page 5: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

7. Must have single point of contact and ability to devote same set of workers to multiple projects.8. Must have ability to work with in-house or on-call architects, engineers/construction forces to help

trouble shoot/suggest cost savings and improvements to design and develop shop drawings.9. Must have in-house capability to accomplish window replacement scope of work items.10. Previous experience at KUMC is preferable.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 01100

Page 5 of 19

Page 6: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

SECTION 01105 - MEDICAL CENTER PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 UTILITIES AND BUILDING SERVICES

A. The Medical Center campus is an intricate complex of multiple buildings receiving utilities and building ser-vices from a centralized energy center. Utilities and building service systems are routed through a series of tun -nels and buildings. Many of these various service systems are essential to the preservation of human life, high-tech equipment, data, fire protection, security, and communications.

B. The Contractor shall conduct the Work cautiously, verify the type and extent of each utility and building service system, and make all required notifications before interrupting the system.

C. The Contractor shall request identification and clarification of unidentified utilities and building service systems from the Medical Center Office of Facilities Planning.

D. Temporary Utilities

1. The following Contractor and/or subcontractor shall provide for all necessary temporary sewer/vent, storm drain, medical gases, water, lighting and electric power hookups or service connections required for construction of this project. The Contractor shall coordinate connection to existing utilities with the Owner through the Office of Facilities Planning. The Owner will pay for cost of consumed electrical power and water.

2. The plumbing subcontractor shall provide for temporary services and shall pay all materials, labor, charges and fees for installation and removal of this service; and at his own expense shall run all lines rea-sonably required for distribution throughout the project.

3. The electrical subcontractor shall provide for temporary electrical services to the project, and shall pay all materials, labor, charges and fees for installation and removal of this service. This contractor shall pro -vide temporary power distribution as required throughout the project site for use of construction tools and shall be maintained and kept in service until permanent power is available.

4. The electrical subcontractor shall also provide temporary lighting in all areas as required for proper exe -cution of the work of all trades; provide one 100-watt bulb with wire guard for each 500 square feet of area, to be maintained and kept in service until permanent lighting is available.

5. The electrical subcontractor shall be responsible for the removal of temporary utility distribution when di -rected to do so by the General Contractor or when all permanent systems have been accepted for use.

1.3 TEMPORARY FACILITIES

A. Field Office : None required for Owner. Contractor’s option.

B. Toilet Accommodations : Use existing facilities designated by Facilities Planning. Contractor shall maintain to prevent damage and leave area clean.

C. Water : Use existing service as designated by Facilities Planning.

Page 6 of 19

Page 7: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

D. Electrical Service : Use existing service. Contractor shall provide extensions and connections to approved loca-tions. Overload damage shall be repaired at Contractor’s expense. Remove extensions and connections at com -pletion of the Work.

E. Heat : Provide adequate heat to protect newly placed work and prevent damage from freezing. Refer to other sections of the Specifications for further requirements.

F. Telephone :

1. The Contractor may request telephone service through the University of Kansas Medical Center Telecom-munication and Networking department. A single line service restricted to outgoing campus and Kansas City area calls with no restriction on incoming calls, other than collect or third party billed calls, will be provided and billed to the Contractor. The Contractor will be billed a one-time installation charge of $30.00 for a single line and telephone set if a jack is already in place. Additional lines cost $10.00 to in -stall, including extension lines. If a new jack must be installed, there will be an additional one-time charge of $200.00 per jack. The monthly basic service charge is $24.56 per single line. The contractor shall supply his own telephone set(s) and fax equipment. An extension line is $2.00 per month.

2. To obtain an Outside Billing Account Number through which the Contractor will be billed the one-time installation charge and monthly basic service charge call 913-588-5361.

3. It is recommended that the Contractor use a Long Distance Calling Card(s) for long distance calls.

4. The Contractor may have Southwestern Bell service brought into the KUMC demark located in the tele -phone switch room in 2020 Wahl Annex. Telecom will then extend the service to the construction site, using all of the installation costs mentioned above. If outside wiring buried or above ground is required to complete the installation, a meeting should be held with all parties present to discuss what needs to be done, who will accomplish which task, and to identify any additional costs.

G. At completion of the Work the Contractor shall remove temporary facilities and restore to conditions prior to the Work of this Contract.

1.4 SITE ACCESS

A. Access and egress to the Work shall be by routes prescribed by Facilities Planning. Availability and access to the Work and necessary adjacent areas shall be arranged through Facilities Planning.

B. Use of Elevators by the Contractor and subcontractors shall be as directed by Facilities Planning. The Contrac-tor shall be responsible for protecting the elevator cab interior, doors and frames, and shall not exceed the posted load limits. The Contractor shall not allow long materials to extend through the access door in the ceiling of ele-vator cabs without written permission from Facilities Planning. Elevator hoist-way shall not be used to raise and lower building materials and equipment (except by means of the elevator cab) without written permission from Facilities Planning.

C. Overweight Vehicle use of the Emergency Drive : The contractor shall place steel plates over the emergency drive expansion joints when vehicle axle loads exceed those given in the table below. Steel plates shall be ap-propriately sized to carry the anticipated loads without damaging the expansion joints or adjacent pavement. Overweight vehicle use of the Emergency Drive shall be scheduled and approved by Facilities Planning. To re-quest vehicle access the Contractor shall provide Facilities Planning with the time and date of access, a vehicle description including gross weight and number of axles, and the proposed steel plate expansion joint protection method.

Vehicle Loading Type Provide Steel Plates Over Expansion Joints When Axle Load Exceeds:

Single axle, maximum load 25,600 lbs/axle

Page 7 of 19

Page 8: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

Dual axles, 4’ o.c., maximum load 19,200 lbs./axle

D. A Site Map showing the location of the Work and the Contractor's entrance point is included on the Drawings.

1.5 PARKING

A. Parking will be permitted in areas designated by University of Kansas Medical Center. Contractor personnel must register their vehicles with KU Medical Center Parking Services. Registered vehicles may park free in the Yellow Permit Parking Lots north of the campus. The Contractor may purchase a permit at $15/month for on-campus parking in areas designated by Parking Services. On-campus permits are only to be used for vehicles requiring close proximity to the project site.

Parking Services Support Services Facility2100 W. 36th AvenueKansas City, KS 66160-7130

Monday – Friday 8:00am-5:00pm(913) 588-5175HTTP://www.kumc.edu/Pulse/parking

B. The Contractor shall not allow any employee or subcontractor to park in existing drives and/or parking lot areas, except for temporary loading and unloading. Vehicles parked in non-designated areas will be ticketed. The University of Kansas Medical Center reserves the right to impound or have impounded any vehicle parked in a manner dangerous to vehicular or pedestrian traffic or otherwise in violation of KU Medical Center’s parking rules and policies. The Contractor responsible will be billed for the costs involved in removing, impounding, and storing such vehicles.

C. Copies of the University of Kansas Medical Center Parking Rules and Policies may be obtained from Parking Services.

1.6 SECURITY

A. The Contractor shall be responsible for the security of the Work, materials, tools, and equipment.

B. The Contractor shall provide Facilities Planning and the University Police with keys to locks used to secure the project site. The Contractor shall be responsible for the cost of correcting all damages incurred in gaining emer-gency access to the project site when the specified keys are not provided.

1.7 PROTECTION

A. The Contractor shall be responsible for the safety of his workers, his subcontractor's workers, the general public, patients, students, and State workers. Provide and maintain warning signs, lights, barricades, guard rails and other devices as required and appropriately located to give understandable warning of danger in the construction area.

B. The Contractor shall be responsible and shall pay for all damages to buildings (interior and exterior) caused by construction activity. All damage due to the lack of taking proper precautions or failure to provide adequate protection shall be corrected by repair or replacement as directed by the Project Architect, in a manner accept -able to Owner.

1. The Contractor shall protect existing Medical Center buildings and grounds including walks, curbs, roads, drives, lawns, plantings, irrigation systems, utilities, and other existing elements liable to damage during construction. Such protection shall be of suitable materials and form.

Page 8 of 19

Page 9: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

2. Protect lawns, walks, and drives with plywood planking, or other suitable means, where subject to dam-age by construction vehicles. Provide suitable protection where leakage of oils, hydraulic fluids, etc., are present or anticipated.

3. Make such explorations and probes necessary to ascertain any required protective measures before pro-ceeding with demolition and removal. Give particular attention to shoring and bracing requirements so as to prevent any damage to existing construction.

4. Provide, erect, and maintain catch platforms, lights, barriers, weather protection, warning signs, and other items as required for proper protection of the workmen engaged in demolition operations, occupants of the building, public, and adjacent construction.

5. Provide and maintain weather protection at exterior openings to fully protect the building interior and contents against damage from the elements until such openings are closed by new construction.

6. Provide and maintain temporary protection of the existing structure designated to remain where demoli-tion, removal, and new work is being done, connections made, materials handled, or equipment moved.

7. Take necessary precautions to prevent dust and dirt from rising by wetting demolished masonry, concrete, plaster, and similar debris. Protect unaltered portions of the existing building affected by the operations under this section by dust-proof partitions and other adequate means.

C. Provide adequate fire protection in accordance with Interim Life Safety Measures and local Fire Department re-quirements.

D. Do not close or obstruct walkways, passageways, or stairways, without the authorization of Facilities Planning. Do not store or place materials in passageways, stairs, or other means of egress. Conduct operations with mini -mum traffic interference.

E. Refer to the General Conditions, Supplementary General Conditions, Division 1, and the Drawings for addi-tional protection requirements.

1.08 SCHEDULING AND COORDINATION

A. The use of Medical Center facilities by personnel, students, patients, and visitors shall continue with minimal interference during the construction period. The Contractor shall schedule and coordinate the Work in accordance with the General Conditions, Supplementary General Conditions, and Division 1 of the Contract Documents.

B. The approved Construction Schedule shall set out the date, time, and duration of all anticipated utility and build-ing service interruptions to provide the Medical Center with adequate preparation and notification time. Facilities Planning shall have the authority to reschedule the work should it be determined to be in the best interest of the Medical Center.

C. The General Contractor, coordinating all trades, shall request Facilities Planning to schedule utility and building service interruptions at a time acceptable to Facilities Management, occupants of affected areas and the Contrac -tor. The Contractor shall give ten (10) days notice for major utility shutdowns (affecting a large area of the fa -cility); minor utility shutdowns require a minimum of three (3) days notice.

1. Utility and building systems requiring notification and coordination of service interruption typically in-clude electrical, HVAC, steam, water, fire alarm, security, medical gas, compressed air, natural gas, ele -vators, Tele-lift, communications, nurse call, telephone and computer network, etc.

D. The Contractor shall request Facilities Planning to schedule a time mutually agreeable between the Contractor and the occupants of adjacent areas to perform work creating excessive noise, vibration or other disruptive con-ditions (jack-hammering, core-drilling, etc.). Such requests shall be made at least three (3) days prior to com-mencement of such operations and shall be done only at times approved by Facilities Planning. Facilities Plan -

Page 9 of 19

Page 10: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

ning shall have the authority to halt such operations at any time and/or adjust the work schedule at no additional cost to the Owner.

E. Work that requires temporary relocation or making access temporarily unsafe shall be coordinated with Facili -ties Planning at least three (3) days in advance.

F. The Contractor shall coordinate and schedule with Facilities Management all activities with the potential to cause false fire alarms.

1. Welding, Torch Cutting, Sprinkler Water Flow, etc. : Before performing work with the potential to cause a false fire alarm the Contractor shall give Facilities Management Production Control 8-7928 (588-7928) at least two (2) days notice. The Contractor shall not perform such work until notified that Facilities Management personnel have silenced fire alarm devices in the affected areas.

2. Upon completion of the above activities the Contractor shall immediately notify Production Control 8-7928 (588-7928) for Facilities Management personnel to restore the silenced devices to service.

G. The Contractor shall not perform any work in areas of the campus and facilities not scheduled and coordinated with the Medical Center Office of Facilities Planning.

1.9 INADVERTENT SERVICE INTERRUPTION

A. Should the Contractor inadvertently interrupt or damage an existing utility or building service system the Con-tractor shall immediately notify Facilities Management Production Control 8-7928 (588-7928) and then notify Facilities Planning 8-9001 (588-9001). Repair of such damaged utility service systems shall be as directed by the Office of Facilities Planning. The Contractor responsible for such damage shall bear all costs of clean-up, damage repair, replacement, and service restoration. [Call 911 on weekends and between the hours of 5 PM - 8 AM, Monday - Friday].

B. The Contractor shall promptly restore such system to service in a manner acceptable to Facilities Planning and the Project Architect.

C. Should the Contractor fail to promptly restore the system to service, the Project Architect will direct the Owner to make such repairs as necessary at the Contractor’s expense. The Owner will submit to the Project Architect an itemized accounting of the repair costs to be deducted from the Contract Sum by Change Order.

1.10 EMERGENCY NOTIFICATION

A. Fire Reporting Procedures: Remember RACCEE

1. REMOVE those in immediate danger and close door to room where fire is located

2. ACTIVATE fire alarm

3. CALL 911 and report the following information:

a. Your name

b. Code Red

c. Building name

d. Floor

e. Room number if known

f. Phone number you call from

4. CLOSE all doors and windows in the surrounding areas. Shut off oxygen valves after patients requiring oxygen have been transferred to portable oxygen tanks. The person in charge is responsible for assuring

Page 10 of 19

Page 11: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

that patients requiring oxygen have been transferred to portable oxygen prior to authorizing the oxygen valve shut off.

5. EXTINGUISH the fire if possible

6. EVACUATE if imminent harm is present such as the presence of smoke or the presence of a fire that is spreading rapidly. Otherwise, you will be informed if an evacuation is needed.

BE ALERT FOR FURTHER INSTRUCTIONS. REMAIN CALM.

B. Thefts, Vehicular Accidents, etc. : Telephone the University Police at 8-5030 (588-5030), state the location and nature of the problem, and receive instructions.

C. Utility or Building Service Interruption : Telephone Facilities Management Production Control at 8-7928 (588-7928), state the location and nature of the problem, and receive instructions. Refer to Paragraph 1.09 of this Sec-tion for additional requirements. [Call 911 on weekends and between the hours of 5 PM - 8 AM, Monday - Fri-day].

D. Chemical Spill : Telephone the Medical Center Safety Office at 8-6126 (588-6126), state the location and type of spill, and receive instructions. [Call 911 on weekends and between the hours of 5 PM - 8 AM, Monday - Fri-day].

1.11 HAZARDOUS CONDITION NOTIFICATION

A. Should friable asbestos be discovered, the Contractor shall immediately cease work in the affected area and notify Facilities Planning at 8-9001(588-9001).

B. Conditions posing a hazard to health and safety (electrical, biological, radiation, asbestos, structural, etc.) shall be reported in the following order to:

1. Medical Center Facilities Management, Production Control at 8-7928 (588-7928) [Call 911 on weekends and between the hours of 5 PM - 8 AM, Monday - Friday]

2. Medical Center Office of Facilities Planning at 8-9001 (588-9001) [Leave voicemail message if after nor-mal working hours]

3. Medical Center Safety Office 8-6126 (588-6126) [Leave voicemail message if after normal working hours]

1.12 USE OF MEDICAL CENTER FACILITIES

A. The Contractor SHALL ONLY use facilities designated by Facilities Planning, such as toilets, phones, snack bar, vending machine, elevators, water coolers, parking, etc. Contractor personnel will not be allowed to enter other building areas unless it is required to accomplish legitimate contractual work and the Contractor has noti-fied and secured approval of Facilities Planning. Other existing building spaces are not to be used for storage. The Contractor may use the Owner's cafeteria facilities from 11:00 a.m. to 1:00 p.m. only. Abuse of the facili -ties or rules shall be cause to terminate use.

1.13 WORK HOURS

A. The normal on-site workweek will consist of eight (8) hours per day, Monday through Friday (7:30 A.M. to 4:00 P.M.). On-site work outside of these normal hours/days may be required for the completion of the work in certain instances at no extra cost to the Owner, and will require the approval of the schedule by Facilities Planning.

Page 11 of 19

Page 12: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

B. Work required within the facilities and occurring during late nights and weekends shall be scheduled with and ap-proved by Facilities Planning.

1.14 WORKING CONDITIONS

A. The Work area shall be maintained in a neat and orderly condition and kept free from accumulations of waste materials and rubbish during the entire construction period. Remove crates, cartons, and other flammable waste materials or trash from the Work areas at the end of each working day. Unsightly conditions shall be promptly removed when directed by Facilities Planning.

B. The Construction area shall be posted as a "No Smoking Area." Smoking is prohibited in the facilities and on the grounds of the Medical Center. Smoking is only permitted in designated areas outside. The “KU MEDI-CAL CENTER NO-SMOKING POLICY” is attached to this Section and hereby made a part of the Contract Documents.

C. No radios ("boom boxes", personal radios with earphones, cellular phones, digital phones, etc.) will be permit-ted. Pagers are permitted for construction communications.

D. Hard hats shall be worn at all times during demolition and hazardous overhead work.

E. Fire extinguishers shall be prominently located in the Project Site in accordance with the requirements the Medi -cal Center "INTERIM LIFE SAFETY MEASURES" and as required by governing authorities.

F. Where applicable the Project Site shall be kept under negative air pressure and housekeeping maintained in ac -cordance with the Medical Center "INFECTION AND PREVENTION CONTROL GUIDELINES FOR CON-STRUCTION AND REMODELING".

1.15 TRASH REMOVAL

A. Demolition materials, trash and construction debris shall be removed from the building in covered containers. The Contractor shall provide separate trash dumpsters for the project at a location designated by Facilities Plan-ning. Use of the Medical Center’s compactors and dumpsters is prohibited.

B. Rubbish may only be lowered by way of chutes, taken down on hoists, or lowered in receptacles with Facilities Planning approval. Under no circumstances shall any rubbish or waste be dropped or thrown from one level to another within or outside the building.

1.16 TEMPORARY PARTITIONS / ENCLOSURES

A. Temporary dust and smoke tight partitions shall be constructed with non-combustible materials:

1. Metal Studs and Fire Code "C" gypsum board from floor to ceiling on outside face of studs.

2. Seal horizontal gypsum board joints with tape. Seal joints at floor and ceiling with tape.

3. Gypsum board joints need not be taped if all joints are vertical and placed over metal stud backing.

4. For dust control fire-retardant 6 mil. PVC sheeting may be used where approved by Facilities Planning. Overlap and tape all sheeting joints and tape to adjacent surfaces.

1.17 INTERIM LIFE SAFETY MEASURES

A. The contractor shall conduct the Work in accordance with the requirements of The University of Kansas Medi-cal Center document entitled "INTERIM LIFE SAFETY MEASURES" attached to this Section and hereby made a part of the Contract Documents. ILSM requirements generally include:

Page 12 of 19

Page 13: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

1. Fire Drills : There will be a minimum of 2 fire drills per shift per quarter in the construction area and adja -cent areas. (The Medical Center Safety Office will conduct fire drills)

2. Emergency Access : Access to emergency department or services shall be free of obstructions. Access for emergency responders shall be free of obstructions.

3. Fire Protection System : Operation of fire alarm, detection, and suppression system shall not be impaired. If impaired, then a temporary but equivalent system must be provided.

4. Construction Partitions : Temporary construction partitions must be smoke tight and must be built with non-combustible materials.

5. Fire Extinguishers : Additional fire extinguishers must be provided. Personnel must be trained in its use.

6. Egress Routes : All exits and egress routes shall be free of obstructions.

7. Training : Training must be provided to inform all employees about these ILSM, fire safety deficiencies, and construction hazards. If fire safety is compromised (e.g., egress route blocked, sprinkler system shut down), training will be provided to inform all employees about these ILSM, fire safety deficiencies, and construction hazards. (The Medical Center Safety Office will conduct training)

8. Surveillance : Areas subject to these ILSM must be surveyed monthly to ensure compliance.

9. Storage and Housekeeping : Flammable and combustible materials shall be kept to the lowest level neces-sary for daily operations. Storage, housekeeping, and debris removal shall be done daily.

10. Smoking : Smoking is prohibited in, or adjacent to, all construction areas.

1.18 INFECTION AND PREVENTION CONTROL - (HOSPITAL WORK)

A. Work located in the “HOSPITAL” portions of the Medical Center, shall be conducted in accordance with the re-quirements of The University of Kansas Medical Center document entitled "INFECTION AND PREVENTION CONTROL GUIDELINES FOR CONSTRUCTION AND REMODELING" attached to this Section and hereby made a part of the Contract Documents. Infection Prevention Control Guidelines for Construction and Remodel-ing generally include:

1. Transport of materials through the hospital

2. Housekeeping and cleaning

3. Signs and warnings

4. Dust and dirt control

a. Track rugs

b. Dust barriers

c. Filters at return-air grills

d. HEPA filter recirculated air leaving Project Site

e. Negative air pressure in Project Site via exhaust fan in window

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION (Not Applicable)

END OF SECTION 01105

Page 13 of 19

Page 14: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

SECTION 08520 - ALUMINUM WINDOWS

PART 1 - GENERAL

1.1 SUMMARY

A. Furnish and install aluminum single-hung replacement windows. The Work includes the removal of existing aluminum storm windows and wood window sashes/trim and installation of new replacement windows and insect screens over existing wood window frames. Provide matching interior and exterior panning at new windows as required to provide a finished, watertight appearance without disturbing adjacent surfaces.

1.2 PERFORMANCE REQUIREMENTS

A. General: Provide aluminum windows capable of complying with performance requirements indicated, based on testing manufacturer's windows that are representative of those specified and that are of minimum test size required by AAMA/NWWDA 101/I.S.2.

B. Structural Performance: Provide aluminum windows capable of withstanding the following, including wind loads based on passing AAMA/NWWDA 101/I.S.2, Uniform Load Structural Test, at basic wind speed indicated:

1. Deflection: Based on passing AAMA/NWWDA 101/I.S.2, Uniform Load Deflection Test or on glass framing system designed to limit lateral deflections of glass edges to less than 1/175 of glass-edge length, with no permanent deformation of any main frame, sash, panel or sash member in excess of 0.2%,  at design pressure based on structural computations.

2. Basic Wind Speed: 80 miles per hour at 33 feet above grade. Determine wind loads and resulting design pressures applicable to Project according to ASCE 7, "Minimum Design Loads for Buildings and Other Structures," Section 6.4.2, "Analytic Procedure"; based on mean roof heights above grade, but not less than +35 positive pressure and -50 negative pressure.

C. Air Infiltration: Maximum rate not more than 6.24 psf test pressure for HC leakage allowance: 0.3 cfm/ft 2. when tested according to AAMA/NWWDA 101/I.S.2, Air Infiltration Test.

D. Water Resistance: No water leakage as defined in AAMA/NWWDA referenced test methods at a water test pressure equaling 12 psf when tested according to AAMA/NWWDA 101/I.S.2, Water Resistance Test.

E. Forced-Entry Resistance: Comply with Performance Level 10 requirements when tested according to ASTM F 588.

F. Condensation-Resistance Factor: Provide aluminum windows tested for thermal performance according to AAMA 1503, showing a CRF of not less than 52.

G. Thermal Transmittance: Provide aluminum windows with a whole-window U-value maximum 0.52 at 15-mph exterior wind velocity and winter condition temperatures when tested according to AAMA 1504 Class U70.

H. Solar Heat-Gain Coefficient: Provide aluminum windows with a whole-window SHGC maximum of .32 determined according to NFRC 200 procedures.

I. Thermal Movements: Provide aluminum windows, including anchorage, that accommodate thermal movements of units resulting from the following maximum change (range) in ambient and surface temperatures without buckling, distortion, opening of joints, failure of joint sealants, damaging loads and stresses on glazing and connections, and other detrimental effects. Base engineering calculation on actual surface temperatures of materials due to solar heat gain and nighttime-sky heat loss.

Page 14 of 19

Page 15: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

J. Life-Cycle Testing: Test according to AAMA 910 and comply with AAMA/NWWDA 101/I.S.2.

K. Specific Product Performance Requirements: Comply with Section 2.2 of AAMA/NWWDA 101/I.S.2 as applicable to types of aluminum windows indicated.

1.3 SUBMITTALS

A. Product Data: For each type of aluminum window indicated.

B. Shop Drawings: Include plans, elevations, sections, details, hardware, attachments to other Work, dimensioned and operational clearances.

1. Include structural analysis data indicating structural test pressures and design pressures from basic wind speeds indicated and deflection limitations of glass framing systems, signed and sealed by the qualified professional engineer responsible for their preparation.

C. Samples: For each exposed finish.

D. Backer rod and sealant

E. Field quality-control test reports.

F. Product test reports.

G. Maintenance data.

1.4 QUALITY ASSURANCE

A. Installer: A qualified installer, approved by manufacturer to install manufacturer's products.

B. Fenestration Standard: Comply with AAMA/NWWDA 101/I.S.2, "Voluntary Specifications for Aluminum, Vinyl (PVC) and Wood Windows and Glass Doors," for minimum standards of performance, materials, components, accessories, and fabrication unless more stringent requirements are indicated.

C. Glazing Publications: Comply with published recommendations of glass manufacturers and GANA's "Glazing Manual" unless more stringent requirements are indicated.

D. Pre-installation Conference: Conduct conference at Project site.

1.5 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace aluminum windows that fails in materials and workmanship within two years from date of Substantial Completion.

B. Warranty Period for Metal Finishes: 10 years from date of Substantial Completion.

C. Warranty Period for Glass: Five years from date of Substantial Completion.

D. Submit manufacturer’s warranty documents on manufacturer’s letterhead.

1.6 RELATED WORK

Page 15 of 19

Page 16: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

A. Provide labor, materials and equipment necessary to complete the work of the replacement window installation. The work shall generally include, but not be limited to:1. Removal of existing sash, parting beads, stops and other accessories as required by the proposed

replacement system.2. Removal of other existing construction work as required for the proper installation and operation of the

new window system. 3. Removal from site and disposal of all materials, debris packaging, banding and all other materials and

equipment.4. Provide new factory-glazed, thermally broken, aluminum windows, types as specified herein, together

with panning trim, extenders, operating hardware, all installation hardware and all other accessories as may be required.

5. Treated wood blocking, shims, fillers and nailers as required for a secure installation.6. Field observations and measurements of existing openings and conditions. 7. Bidders shall survey conditions of existing sills and jambs prior to bidding. Contractor shall be

responsible for the replacement of portions of same that are deteriorated.8. Provide and install fiberglass insulation between window frames and adjacent construction.9. Provide proper sealing of all panning or compensation channel joints within each window assembly, per

AAMA 803.3-9210. Sealing of entire exterior perimeter of window units after installation, per AAMA 808.3-92.11. Furnishing of any extra materials required for a complete installation.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Basis of design: Manko Windows Single Hung Series 3135hpt or approved equal2. EFCO Corporation.3. Kawneer Company, Inc.4. Peerless Products, Inc.

B. Fabricate window units with an integral low-conductance polyurethane thermal barrier, located mid-frame between exterior and interior of the window, and in a manner which eliminates direct metal-to-metal contact.

C. Window construction shall be based on manufacturer’s standard construction which has been in use on similar window units for a period of not less than five years, and has been tested to demonstrate resistance to thermal conductance and condensation and has been tested to show adequate strength for this purpose.

D. All extrusions shall be of minimum 6063-T5 aluminum alloy and temper recommended by window manufacturer for strength, corrosion resistance and application for required finish. Shall meet 22,000 psi ultimate tensile strength, yield of 16,000 psi.

E. Fasteners Aluminum, stainless steel or other materials warranted by manufacturer to be noncorrosive and compatible with aluminum window members, and related components of window units.1. Do not use exposed fasteners, except where unavoidable.2. Provide stainless steel Phillips flathead machined screws for any exposed fasteners, where required, or

tamperproof fasteners.3. Locate all fasteners so as not to bridge the thermal break.

F. Provide H-AW55 60x96 Single Hung aluminum windows, with one balanced and vertically sliding sash, requiring lock and tackle mechanisms or ultra-lift balance complying with AAMA 902-94 and as required and

Page 16 of 19

Page 17: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

appropriated to hold the sash in a stationary position when opened to any distance. Balances shall be replaceable.1. Provide sash which, are non-tilt but which may be removed for service from the interior of the building.2. The Master frame shall be no less than 3-5/8” in depth.3. Thermal barrier shall provide a continuous uninterrupted thermal break around the entire perimeter of the

frame and all sash, and shall not be bridged by conductors.

2.2 GLAZING

A. Glass: Solar Bronze, insulating-glass to match 4th floor of Murphy.

B. Glazing System: Manufacturer's standard factory-glazing system that produces weather tight seal. Glazing with cured rubber tape, expanded cellular glazing tape or units may be wet glazed with a high quality silicone. Both fixed and operable sash shall be glazed using glazing beads, finished to match frame.1. All units shall be constructed to an overall minimum thickness of 1” with two lights of DSB or as size and

loading may require.2. The sash shall have aluminum glazing beads finished to match, no vinyl / plastic beads accepted.3. Restrooms shall include one of the two lights to be laminated glass with obscure layer of plastic film on

interior.

2.3 INSECT SCREENS

A. General: Design windows and hardware to accommodate screens in a tight-fitting, removable arrangement, with a minimum of exposed fasteners and latches. Locate screens on outside of window and provide for each operable exterior sash or ventilator.

1. Aluminum Tubular Frame Screens: Comply with SMA 1004, "Specifications for Aluminum Tubular Frame Screens for Windows," Architectural C-24 class.

B. Aluminum Insect Screen Frames: Manufacturer's standard aluminum alloy complying with SMA 1004. Fabricate frames with mitered or coped joints, concealed fasteners, adjustable rollers, and removable PVC spline/anchor concealing edge of frame.

1. Aluminum Tubular Framing Sections and Cross Braces: Roll formed from aluminum sheet with minimum wall thickness as required for class indicated.

2. Finish: Match aluminum window members.

C. Aluminum Wire Fabric: 18-by-16 (1.1-by-1.3-mm) mesh of 0.011-inch- (0.28-mm-) diameter, coated aluminum wire.

1. Wire-Fabric Finish: Black.

2.4 FABRICATION

A. General: Fabricate aluminum windows, in sizes indicated, that comply with requirements and that meet or exceed AAMA/NWWDA 101/I.S.2 performance requirements for the following window type and performance class. Include a complete system for assembling components and anchoring windows.1. Single-Hung Windows: AW.

B. Fabricate aluminum windows that are reglazable from inside the building without dismantling sash or ventilator framing.

Page 17 of 19

Page 18: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

C. Weather Stripping: Provide full-perimeter weather stripping for each operable sash and ventilator. Weather stripping shall be silicone coated woven pile with polypropylene fin center complying with AAMA 702-92.

D. Weep Holes: Provide weep holes and internal passages to conduct infiltrating water to exterior.

E. Provide water-shed members above side-hinged ventilators and similar lines of natural water penetration.

F. Mullions: Provide mullions and cover plates as required, matching window units, complete with anchors for support to structure and installation of window units. Allow for erection tolerances and provide for movement of window units due to thermal expansion and building deflections, as indicated. Provide mullions and cover plates capable of withstanding design loads of window units.

G. Subframes: Provide subframes with anchors for window units as shown, of profile and dimensions indicated but not less than 0.062-inch- (1.6-mm-) thick extruded aluminum. Miter or cope corners, and weld and dress smooth with concealed mechanical joint fasteners. Finish to match window units. Provide subframes capable of withstanding design loads of window units.

H. Glazing Stops: Provide snap-on glazing stops to provide an interior glazing system. Provide glazing stops to match sash and ventilator frames.

2.5 FINISHES

A. Aluminum Anodic Finish: Class I, anodic coating complying with AAMA 611.

1. Color: Dark bronze.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Remove existing aluminum storm windows and existing wood window sashes, parting beads, stops, etc. required for installation of new replacement windows.

B. Install windows level, plumb, square, true to line, without distortion or impeding thermal movement, anchored securely in place to structural support, and in proper relation to wall flashing and other adjacent construction.

C. Set subframes, sill and panning members in bed of sealant or with gaskets, as indicated, for weather-tight construction. Prepare openings and fill with insulation to avoid excessive air infiltration from wall cavity, and to be in tolerance, plumb, level and blocked with treated lumber as necessary to provide for secure anchoring. Existing wood window frames shall be completely concealed by new replacement window installation.

D. Install windows and components to drain condensation, water penetrating joints, and moisture migrating within windows to the exterior.

E. Metal Protection: Separate aluminum and other corrodible surfaces from sources of corrosion or electrolytic action at points of contact with other materials by complying with requirements specified in "Dissimilar Materials" Paragraph in Appendix B in AAMA/NWWDA 101/I.S.2.

F. Adjust operating sashes and ventilators, screens, and hardware for a tight fit at contact points and weather stripping for smooth operation and weather-tight closure. Lubricate hardware and moving parts.

G. Protect window surfaces from contact with contaminating substances resulting from construction operations. In addition, monitor window surfaces adjacent to and below exterior concrete and masonry surfaces during construction for presence of dirt, scum, alkaline deposits, stains, or other contaminants. If contaminating

Page 18 of 19

Page 19: REQUEST FOR QUOTATION - University of Kansas · Web viewREQUEST FOR QUOTATION Submit Bid To UNIVERSITY OF KANSAS MEDICAL CENTER DEPARTMENT OF PURCHASING Mail Stop 2034 3901 Rainbow

substances do contact window surfaces, remove contaminants immediately according to manufacturer's written recommendations.

H. Clean aluminum surfaces immediately after installing windows. Avoid damaging protective coatings and finishes. Remove excess sealants, glazing materials, dirt, and other substances.

I. Clean factory-glazed glass immediately after installing windows. Comply with manufacturer's written recommendations for final cleaning and maintenance. Remove nonpermanent labels and clean surfaces.

J. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period.

3.2 FIELD QUALITY CONTROL

A. Remove and replace windows where test results indicate that they do not comply with specified requirements.

B. Provide Owner training for proper operation, maintenance and care.

C. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements.

END OF SECTION 08520

Page 19 of 19