Repainting of Water Authority Buildings at Lower Valley ... · PDF fileRepainting of Water...

42
Water Authority of the Cayman Islands Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works PLEASE READ THIS IMPORTANT NOTE The Tender Documents for the above project can be obtained from the Senior Engineering Manager, Water Authority, 13G Red Gate Road, George Town. The Tender Documents can also be downloaded directly from the Water Authority’s website at www.waterauthority.ky All companies who obtain a set of the Tender Documents from the above website must immediately acknowledge receipt of these documents by sending an e-mail to [email protected] and include the company name, company physical address and contact e-mail address. This acknowledgement is essential in order to be able to provide potential tenderers with Tender Addenda when issued. For additional information contact us at [email protected].

Transcript of Repainting of Water Authority Buildings at Lower Valley ... · PDF fileRepainting of Water...

Water Authority of the Cayman Islands

Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works

PLEASE READ THIS IMPORTANT NOTE

The Tender Documents for the above project can be obtained from the Senior Engineering Manager, Water Authority, 13G Red Gate Road, George Town. The Tender Documents can also be downloaded directly from the Water Authority’s website at www.waterauthority.ky All companies who obtain a set of the Tender Documents from the above website must immediately acknowledge receipt of these documents by sending an e-mail to [email protected] and include the company name, company physical address and contact e-mail address. This acknowledgement is essential in order to be able to provide potential tenderers with Tender Addenda when issued. For additional information contact us at [email protected].

Water Authority of the Cayman Islands

Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works

Tender Documents

10 May 2017

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 2

Contractor’s Initials or Stamp :

Introduction This document is the standard document for the construction of building works, used by the Water Authority of the Cayman Islands in connection with the Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works It is based on, and should be read in conjunction with the "Short Form of Contract, First Edition (1999)", as prepared by the Federation Internationale Des Ingenieurs Conseils (FIDIC), modified and added to as indicated. A copy of these conditions is attached to this document),

Brief Description of the Works

The Works comprise the external repainting of the Lower Valley Water Works Pump House, the North Side Water Works Pump House and Red Gate Water Works Post-treatment Building.

Index

Page Introduction, 2 Brief Description of the Works 2 Index 2 Instructions for Tendering 3 Conditions of Contract 7 Agreement 8

Offer 8 Acceptance 9 Appendix 10

Schedule of Rates 12 Brief Description of the Works 12 Programme of Works 12 Preamble to Schedule of Rates 12 List of Tender Drawings, Schedules and Specifications 14 Schedule of Rates 15

FIDIC Short Form of Contract attached Tender Drawings attached

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 3

Contractor’s Initials or Stamp :

Instructions for Tendering

Introduction 1. These instructions are to be used as a guide to Tendering for this project. Failure to

comply with these Instructions may result in the rejection of the Tender. Relevant Documents 2. Tenderers shall study all the "Tender Documents" comprising the Conditions of Contract,

Specifications, Tender Drawings, Specification, Schedule of Colours, Agreement (comprising Offer, Acceptance and Appendix) and Schedule (including Schedule of Rates). The whole of the Tender Documents shall be read and their true intent and meaning ascertained before the Schedule of Rates is priced.

3. No unauthorised alteration or addition is to be made to the Specifications, Tender

Drawings, Agreement and Schedule of Rates. Any qualification made to a Tender may result in the Tender being rejected.

4. Except in so far as may be directed by the Water Authority in writing neither the Water

Authority, nor any agent or servant in their employment has any authority to make any representation or explanation to Tenderers as to the meaning of these Tender Documents, or as to anything to be done or not to be done, or as to these instructions, or as to any other thing or matter, so as to bind the Water Authority as to the execution of these proposals.

5. Should any alteration or addition to the Tender Documents be deemed necessary prior

to the date for submission of Tenders, these shall be issued by e-mail by the Deputy Director of the Water Authority to Tenderers in the form of a Tender Addendum.

If a Tenderer is in doubt about the meaning of any item in the Tender Documents he shall notify the Water Authority by e-mail not later than 7 days before the due date for tender submission ([email protected] ). The Deputy Director of the Water Authority shall then issue to all Tenderers an explanation in the form of a Tender Addendum. Each Tender Addendum shall have a serial number and Tenderers shall acknowledge receipt of each Tender Addendum by e-mail to [email protected] .. Failure to acknowledge may result in a Tender being rejected. All Tender Addenda so issued become a part of the Tender Documents.

6. The Contract shall be carried out on a Firm Price basis and no adjustment shall be made

to any amounts payable by the Water Authority to the Contractor as a consequence of any variations in the cost of labour, plant, materials or transport.

7. Tenders shall only be accepted for the whole of the Works. 8. Tenderers shall treat the Tender Documents and all details contained therein as private

and confidential.

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 4

Contractor’s Initials or Stamp :

Rates to be Entered 9. All items in the Bill of Quantities shall either be priced or alternatively the word "included"

shall be entered in the rate or price column, whether quantities are stated or not. If neither of these two alternatives are adopted the Tenderer shall be held to have included for any such item left blank in his other prices or rates in the Schedule of Rates.

10. All rates submitted shall be in Cayman Islands dollars Rates to be Inclusive 11. The prices to be inserted in the Schedule of Rates are to be the full inclusive value of the

work described in the Specification and under the several items, including all costs and expenses which may be required in and for the construction of the work described, together with all general risks, liabilities and obligations set forth or implied in the documents on which the tender is based.

12. Persons tendering are cautioned that no variations or extras whatsoever shall be

acknowledged or paid for by the Employer unless an order in writing signed by the Employer’s Representative and specifying the nature, extent and character of each particular item or items to be paid for as an extra has been obtained by the Contractor before such work has been carried out.

Time for Completion 13. Attention is directed to the fact that if the Contractor shall fail or neglect to complete the

works within the time specified in the Appendix he shall pay to the Employer as liquidated and ascertained damages and not by way of penalty a sum detailed in the Appendix for each day during which any part of the work shall, by the Contractor's default, remain unfinished after the expiration of the period for completion. If in the opinion of the Water Authority the work has been delayed owing to abnormal bad weather, the Water Authority may extend the time for completion of the work as they may consider fair and reasonable.

Preparing Tender 14. Contractors who submit a Tender shall be held to have by their own independent

observations and enquiries fully informed and satisfied themselves as to the nature, extent and practicability of the Works, the means of access to the Works, the places where materials can be obtained and disposed of, and all other points which can in any way affect the rates inserted in the Schedule of Rates.

It is strongly recommended that Contractors arrange a visit to the various Water Works to familiarize themselves regarding the site conditions, the extent of the work etc. Please make any request for a site visit by e-mail ([email protected] ).

15. The Water Authority shall not be responsible for any costs or expenses incurred in the

preparation and submission of the Tender. 16. The Water Authority shall not be responsible for the omission, by the Contractor, of any

items that are detrimental to the successful completion of the Works.

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 5

Contractor’s Initials or Stamp :

Return of Tenders 17. Tenderers shall be supplied with an electronic copy of the following documents: the

Tender Documents, which includes the Specification, the FIDIC Short Form of Contract, the Tender Drawings and the Schedule of Colours. One copy of the Tender Documents, which for the purpose of identification shall have each page signed by the Contractor, shall be duly completed, and sealed in an envelope (which envelope shall bear no name or mark indicating the Tenderer, but shall be marked 'Returned Tender for the Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works’) and delivered to:

Deputy Director Water Authority - Cayman PO Box 1104 13G Red Gate Road, George Town Grand Cayman KY1-1102

no later than 12:00 noon on Monday 29 May 2017. 18. Only tenders received on time will be accepted. Faxed or e-mailed summaries of tenders

shall not be accepted as a substitute. 19. All entries and signatures shall be in indelible ink. No tender may be altered or amended

after having been opened other than those alterations necessary to correct any arithmetic errors. Rates shall prevail where there is an arithmetic error in extension. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favour of the correct sum.

Information to be submitted by the Tenderer. 20. The Tenderer shall provide a list of the Sub-Contractors he proposes to use on the

Works and the activities that each of the Sub-Contractors is to carry out, for approval by the Employer.

21. The Water Authority shall not be seen to have approved all or any part of the information

submitted by the Tenderer unless the Tenderer is so notified in writing. Award of Contract 22. All tenderers will be notified by e-mail of the outcome of the evaluation. 23. The Water Authority shall not be bound to accept the lowest or any of the Tenders. The

Water Authority reserves its right to reject any or all Tenders, including, without limitation, the rights to reject any or all non-conforming, non-responsive, unbalanced or conditional Tenders, and to reject the Tender of any Tenderer if the Employer believes that it would not be in its best interest to make an award to that Tenderer, whether because the Tender is not responsive or fails to meet any other pertinent standard or criteria established by Employer.

24. Tenderers shall include in their tender submission a statement confirming that your

business is “operating in compliance with all relevant Laws and Regulations of the

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 6

Contractor’s Initials or Stamp :

Cayman Islands”. Failure to include this statement will result in your tender not being accepted.

25. The award will be made on the basis of that Tender from the lowest responsive Tenderer

which, in the Employer’s sole and absolute judgment, will best serve the interest of the Employer.

26. The Employer will give the Successful Tenderer a Letter of Acceptance within thirty (30)

days after the Tender Opening.

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 7

Contractor’s Initials or Stamp :

Conditions of Contract

The Conditions of Contract shall be Clauses 1 through 15 of "Short Form of Contract, First Edition (1999)", as prepared by the Federation Internationale Des Ingenieurs Conseils (FIDIC), modified and added to as shown below. A copy of the Conditions of Contract is attached to this Document. Modifications and additions to Clauses Clause 7 Time for Completion Add the following at the end of sub-clause 7.2 “The Contractor shall maintain adequate staff and plant to comply with the approved Programme for the Works. Add Sub-Clause 7.5 Restriction on Working Hours Subject to any provision to the contrary contained in the Contract, none of the Works shall, save as hereinafter provided, be carried out during the night or on locally recognized days of rest without the consent of the Engineer, except when work is unavoidable or absolutely necessary for the saving of life or property of for the safety of the Works, in which case the Contractor shall immediately advise the Engineer. Clause 11 Contract Price and Payment Add the following at the end of sub-clause 11.3: “The Employer may withhold interim payments until he has received and approved a current and valid programme for the Works, as per sub-clause 7.2.” Delete sub-clause 11.8 and substitute with: “In the event of the failure of the Employer to make payment within the times stated, the Employer shall pay to the Contractor interest upon all sums unpaid at a rate per annum equivalent to the interest rate at which the Cayman National Bank and Trust Company Limited would pay for such a deposit on the date upon which such payment first becomes overdue. In the event of any variation in the said Bank Rate being announced whilst such payment remains overdue the interest payable to the Contractor for the period that such payment remains overdue shall be correspondingly varied from the date of each such variation.” Clause 15 Resolution of Disputes Delete the entire clause and replace with the following: “Unless settled amicably, any dispute or difference which arises between the Contractor and the Employer out of or in connection with the Contract shall be settled by arbitration in accordance with the Cayman Islands Arbitration Law, 2012.

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 8

Contractor’s Initials or Stamp :

AGREEMENT

The Employer is The Water Authority of the Cayman Islands, P.O. Box 1104, 13G Red Gate

Road, Grand Cayman KY1-1102, Cayman Islands.

The Contractor is ________________________________________________________ of

_________________________________________________________________________

The Employer desires the execution of certain Works known as Repainting of Water

Authority Buildings at Lower Valley, North Side and Red Gate Water Works

OFFER

The Contractor has examined the documents listed in the Appendix, which forms part of this

Agreement, and offers to execute the Works in conformity with the Contract for the sum of

__________________________________________________________________(in words)

__________________________________________________ (in figures)

or such other sum as may be ascertained under the Contract.

This offer, of which the Contractor has submitted two signed originals, may be accepted by

the Employer by signing and returning one original of these documents to the Contractor on

or before 26 June 2017.

The Contractor understands that the Employer is not bound to accept the lowest or any offer

received for the Works.

Signature: _____________________________ Date: ________________________

Name: ________________________________ Authorized to sign on behalf of:

(organization name)

Capacity: ______________________________ _____________________________

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 9

Contractor’s Initials or Stamp :

ACCEPTANCE

The Employer has, by signing below, accepted the Contractor’s offer and agrees that in

consideration for the execution of the Works by the Contractor, the Employer shall pay the

Contractor in accordance with the Contract. This Agreement comes into effect on the date

when the Contractor receives one original of this document signed by the Employer.

Signature: ____________________________ Date: ________________________

Name: _______________________________ Authorized to sign on behalf of:

Capacity: _____________________________ Water Authority of the Cayman Islands

In the presence of:

Name: ________________________________

Capacity: ______________________________

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 10

Contractor’s Initials or Stamp :

APPENDIX

This Appendix forms part of the Agreement.

Item Sub-Clause Data

Documents forming the Contract listed in the order of priority

1.1.1

(a) The Agreement

(b) Conditions of Contract

(c) The Specification

(d) The Drawings See Attached List

(e) The Contractor’s design

(f) The Schedule of Rates

Time for Completion 1.1.9 42 days

Law of the Contract 1.4 Cayman Islands Law

Language 1.5 English

Provision of Site 2.1 On the Commencement Date

Authorized person 3.1 Director of the Water Authority

Name and address of Employer’s representative

3.2 Tom van Zanten, Deputy Director

PO Box 1104, Grand Cayman KY1-1102

Performance security 4.4 None

Requirements for Contractor’s design

5.1 None

Programme:

Time for submission 7.2 Within 14 days of the Commencement Date

Form of programme 7.2 Gantt Chart with (as a minimum) detailed information on the activities identified in the Schedule of Rates

Amount payable due to failure to complete

7.4 CI$ 300.00 per day up to a maximum of 10% of the sum stated in the Agreement

Period for notifying defects 9.1 & 11.5 182 days calculated from the date stated in the notice under Sub-Clause 8.2

Continued on next page .......

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 11

Contractor’s Initials or Stamp :

Item Sub-Clause Data

Valuation of the Works

Lump sum price with schedule of rates

11.1 As per completed Schedule of Rates

Percentage of value of materials and Plant

11.2 Not Applicable

Percentage of retention 11.3 10% of work done reduced to 5% at commencement of defects period

Currency of payment 11.7 Cayman Islands Dollars (CI$)

Insurances 14.1

Type of Cover Amount of Cover

The Works, Materials, Plant and fees

14.1.a The sum stated in the Agreement plus 15%

Third Party injury to persons and damage to property

14.1.b CI$ 500,000 for any one incident, and unlimited number of incidents

Workers 14.1.c CI$ 500,000 for any one incident, and unlimited number of incidents

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 12

Contractor’s Initials or Stamp :

SCHEDULE OF RATES

Brief Description of the Works The Contractor shall carry out the Work as detailed below and in accordance with the Drawings and specifications, phases can run concurrently:

All Building Exteriors

a. Preparation i. Remove aluminium gutter and set aside to be re-installed ii. Protect roof soffit lighting wherever present iii. Remove roof vent grilles in soffits and temporarily seal openings iv. Protect soffit mounted CCTV cameras wherever present v. Power-wash all wall surfaces, roof soffits and facia boards vi. Remove any damaged and/or rotten wood, extent to be agreed with the Engineer vii. Fill and repair any cracks with acrylic latex caulking, final surface texture at cracks

to match wall finish viii. Protect windows, louvers, doors and all other appurtenances prior to painting ix. Temporarily remove any attachments necessary to ensure continuity of painting

b. Painting i. Paint all wall and column surfaces with the colours as noted on the drawings ii. Paint doors with the colours as noted in the schedule iii. Paint roof soffits and facia boards with high gloss white enamel paint

c. Clean Up i. Remove all protection ii. Replace roof vents grilles in soffits iii. Re-install aluminium gutters iv. Re-attach any items removed prior to painting

The Contractor shall carry out the Works as detailed on the Drawings, and in strict compliance with the Specifications. All materials necessary for the Works shall be supplied and installed by the Contractor. The cost of all materials shall be included in the Contractor's rates. The Contractor shall satisfy himself about the materials he is to supply. The Contractor shall provide all necessary safety equipment to ensure a safe working environment for his own staff. The Contractor shall also provide adequate protection of the person and property of Water Authority Customers and Staff.

Programme of Works The Contract shall be completed in 42 calendar days (i.e., 6 weeks).

Preamble to Schedule of Rates

Introduction This Preamble has been provided to clarify the intent, which the Water Authority of the Cayman Islands had in the preparation of the Schedule of Rates. This intent is to provide

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 13

Contractor’s Initials or Stamp :

clearly such information as shall enable Tenderers to submit bids, which are readily comparable. To avoid unnecessary length, item descriptions in the Schedule of Rates generally identify the component of the Works and not the tasks to be carried out by the Contractor. The exact nature and extent of the work is to be ascertained from the Drawings, Specification and Conditions of Contract. All items required to complete the Works specified or shown on the Drawings but not included in the Schedule of Rates shall be considered incidental to those set forth in the Schedule of Rates. The Schedule of Rates shall be used for the preparation of interim payment certificates. The Contractor shall submit with each interim payment request, a revised Schedule of Rates that shows the percentage of each item completed as of the submission date. No payment shall be made for any goods or materials delivered on the Site, and not yet incorporated in the Works. Insurances This item is to cover all the costs of providing and maintaining all the insurances required by the Contract (see Clause 14 of the Conditions of Contract). The Contractor shall include this item in the first Monthly Statement. Mobilization The item is to allow the Contractor to include for his mobilization costs to the site. This item shall not exceed ten percent (10%) of the total tender amount for this contract. The Contractor shall include for this item on his first Monthly Statement. Construction Works The sums entered in the Schedule of Rates against the items shall include for the provision of materials, the installation of the materials, and for all the work involved in the satisfactory completion of the item in compliance with the Drawings and Specifications, which includes restoring the adjacent site and any facilities affected by the Work to a condition acceptable to the Engineer. The Contractor shall include in all of his rates for delivery of all materials to and storage within the Working Area (as indicated on the Drawings), and for the uplift and transport of all materials to the position where they are to be incorporated in the Works. Facilities for loading and unloading vehicles shall be provided by the Contractor and included for in the rates. The Contractor shall include in all of his rates the expense of all work involved in carrying out remedial measures and of all temporary work including the use of any materials and equipment. No payment shall be made in respect of losses or delays occasioned by the carrying out of remedial works.

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 14

Contractor’s Initials or Stamp :

List of Tender Drawings, Schedules and Specifications

Drawing. No. Drawing Title

P117-01 Water Works Location Plan

P117-02 Lower Valley Pump House - Building Elevations

P117-03 North Side Pump House - Building Elevations

P117-04 Red Gate Post-treatment Building - Building Elevations

Schedules of Work Title

S-01 Schedule of Existing and Proposed Paint Colours

Specification No. Title

Section 09900 Painting and Protective Coatings

Repainting of Water Authority Buildings at Lower Valley, North Side Water and Red Gate Works Page 15

Contractor’s Initials or Stamp :

SCHEDULE OF RATES

Amount (CI$)

PART 1 PRELIMINARIES

1.1 ALL INSURANCES AS REQUIRED BY CONTRACT Sum ___________

1.2 MOBILIZATION Sum ___________

PART 1 TOTAL

PART 2 LOWER VALLEY PUMP HOUSE EXTERNAL REPAINTING

2.1 PREPARATION Sum ___________

2.2 PAINTING Sum ___________

2.3 CLEANUP Sum ___________

PART 2 TOTAL

PART 3 NORTH SIDE PUMP HOUSE EXTERNAL REPAINTING

3.1 PREPARATION Sum ___________

3.2 PAINTING Sum ___________

3.3 CLEANUP Sum ___________

PART 3 TOTAL

PART 4 RED GATE POST-TREATMENT BUILDING EXTERNAL REPAINTING

4.1 PREPARATION Sum ___________

4.2 PAINTING Sum ___________

4.3 CLEANUP Sum ___________

PART 4 TOTAL

TOTAL TENDER AMOUNT (PART 1 THROUGH PART 4)

(TO AGREEMENT ON PAGE 8):

_________________

RED G

ATE W

ATER W

ORKS

N

10 M

ILES

50

NORTH S

IDE W

ATER W

ORKS

LOW

ER V

ALLEY W

ATER W

ORKS

PROPOSED REPAINTINGOF BUILDINGS

EA

ST

EL

EV

AT

ION

SC

ALE

: 1/8

" to 1

'-0"

WE

ST

EL

EV

AT

ION

SC

ALE

: 1/8

" to 1

'-0"

NO

RT

H E

LE

VA

TIO

NS

CA

LE

: 1/8

" to 1

'-0"

SO

UT

H E

LE

VA

TIO

NS

CA

LE

: 1/8

" to 1

'-0"

0'

10'

20'

PA

INT

CO

LO

UR

S:

1. B

ALS

A2

. WH

ITE

3. D

EL

FT

BLU

E

1

3

2

3

3

33

22

2

22

22

22

11

1

1

1

1

1

11

11

1

11

1

1

1

11

11

LOWER VALLEY WATER WORKSPUMPHOUSE

PROPOSED REPAINTING

SO

UT

H W

ES

T E

LE

VA

TIO

NS

CA

LE

: 1/8

" to 1

'-0"

11

11

1

1

33

33

3

22

2

NO

RT

H E

AS

T E

LE

VA

TIO

NS

CA

LE

: 1/8

" to 1

'-0"

11

11

11

11

1

1

33

3

22

22

22

SO

UT

H E

AS

T E

LE

VA

TIO

NS

CA

LE

: 1/8

" to 1

'-0"

SC

ALE

: 1/8

" to 1

'-0"

NO

RT

H W

ES

T E

LE

VA

TIO

N

0'

10'

20'

PA

INT

CO

LO

UR

S:

1. B

ALS

A2

. WH

ITE

3. D

EL

FT

BLU

E

2

11

11

13

22

22

2

NORTH SIDE WATER WORKSPUMPHOUSE

PROPOSED REPAINTING

PROPOSED RE-PAINTING OF BUILDINGS 2017 S-01 EXISTING and PROPOSED COLOURS

Building Location Existing Colour Proposed Colour

Red Gate Post-treatment

Exterior walls Balsa Balsa

Exterior facias and trim Midnight sky white

Doors - exterior Delft blue Delft blue

Lower Valley Pump House

Exterior walls Light blue/white Balsa

Exterior facias and trim White White

Doors White/light blue Delft blue

North Side Pump House

Exterior walls Balsa Balsa

Exterior facias and trim White White

Doors Delft blue Delft blue

Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works

09900 Page 1 10 MAY 2017 PAINTING AND PROTECTIVE COATINGS

SECTION 09900

PAINTING AND PROTECTIVE COATINGS

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Comply with requirements of this Section.

1.2 QUALITY ASSURANCE

A. Product Manufacturer: Company specializing in manufacturing quality paints and finish products with minimum three years’ experience.

B. Applicator: Company specializing in commercial painting and finishing with five years’ experience.

1.3 REGULATORY REQUIREMENTS

A. Conform to applicable code for flame/fuel/smoke rating requirements for finishes.

1.4 SUBMITTALS

A. Prior to the commencement of any work submit minimum 12” x 12” samples with type of paint and application specified on similar substrate to that which paint is to be applied.

B. Furnish additional samples as required until colours, finishes, and textures are approved.

C. Submit copies of manufacturer’s application instructions.

1.5 DELIVERY, STORAGE AND HANDLING

A. Deliver products to site in sealed containers and labeled to indicate manufacturer’s name, type of paint, brand name, brand code, coverage, surface preparation, drying time, clean-up, colour designation and instructions for mixing and reducing.

B. Store paint at minimum ambient temperature of 45 degrees F and at a maximum of 90 degrees F, in a well-ventilated area, unless required otherwise by manufacturer’s instructions.

C. Take precautionary measures to prevent fire hazards and spontaneous combustion.

1.6 ENVIRONMENTAL REQUIREMENTS

A. Provide continuous ventilation during and 48 hours after application of finishes unless otherwise required by manufacturer’s instructions.

B. Do not apply paint in temperatures outside of manufacture’s recommended maximum or minimum allowable, or in dust, smoke-laden atmosphere, damp or humid weather.

C. Provide lighting level of 80 ft. candles measured mid-height at substrate surface.

1.7 PROTECTION

A. Protect elements surrounding the work of this Section from damage or disfiguration.

B. Repair damage to other surfaces caused by work of this section.

C. Furnish drop cloths, shields, and protective methods to prevent spray or droppings from disfiguring other surfaces.

D. Remove empty containers from site.

1.8 EXTRA STOCK

A. Provide a one gallon container of each colour to Owner. Label each container with colour, texture and location.

B. Provide a written list of all paints used within the works, the list to include, as a minimum the following information:

Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works

09900 Page 2 10 MAY 2017 PAINTING AND PROTECTIVE COATINGS

1. Manufacturer

2. Colour

3. Paint Code

4. Paint Type

5. Location Used

6. Paint Supplier

PART 2 – PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS

A. Provide products by Pratt and Lambert or approved equal products may be submitted for review.

B. Colour code selections available from Cayman Coating Industries Ltd.

C. Provide texture paint products by Dryit or Parex. Approved equal products may be submitted for review.

2.2 MATERIALS

A. Material Quality: Manufacturer’s highest quality products and suitable for intended service.

B. Materials including primer and finish coats shall be produced by same manufacturer.

C. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogenous coating.

D. Coatings: Good flow and brushing properties, capable of drying or curing free of streaks or sags.

E. Thinners, Cleaners, Driers and Other Additives: As recommended by manufacturer of the particular coating.

F. Gloss Terms: Having the following values when tested in accordance with ASTM D523 “Test for Specular Gloss”, 60 degree gloss meter method:

1. Flat: 5 to 20

2. Eggshell: 20 to 40

3. Semi-gloss: 40 to 60

4. Gloss: 60+

PART 3 - EXECUTION

3.1 EXAMINATION

A. Surface Preparation Verifications:

1. Inspect and provide substrate surfaces prepared in accordance with this Specification and the printed directions and recommendations of the paint manufacturer whose product is to be applied. The more stringent requirements shall apply.

2. Provide Employer minimum 7 days advance notice to start of shop or field surface preparation work and coating application work.

3. Perform such work only in presence of Employer, unless otherwise approved.

B. Schedule inspection with Employer in advance for cleaned surfaces and all coats prior to succeeding coat.

C. Verify that surfaces are ready to receive work as instructed by the product manufacturer.

Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works

09900 Page 3 10 MAY 2017 PAINTING AND PROTECTIVE COATINGS

D. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition to the Employer that may potentially affect proper application.

E. Measure moisture content of surfaces using and electronic moisture meter. Do not apply finishes unless the moisture content of surfaces are below the following maximums:

1. Plaster and Gypsum Wallboard: 12 %

2. Masonry, Concrete and Concrete Masonry: 12%

3. Interior Located Wood: 15% (measured in accordance with ASTM D2106)

4. Concrete Floors: percent recommended by paint manufacturer

F. Commencement of work means acceptance of existing surfaces.

3.2 PREPARATION

A. Protection of Items not to be Painted:

1. Remove, mask, or otherwise protect, to the satisfaction of the Employer, hardware, lighting fixtures, switch-plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery and other surfaces not intended to be painted.

2. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces.

3. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process.

B. Existing Surfaces to be Painted:

1. Detergent wash and freshwater rinse.

2. Clean loose, abraded or damaged coatings to substrate by hand or power tool.

3. Feather surrounding intact coating.

4. Apply one full finish coat of the specified primer to bare areas, overlapping prepared existing coating.

5. Apply one full finish coat of the specified primer or finished coat(s) overall.

6. If an aged, plural-component material is to be top-coated, contact coating manufacturer concerned for additional surface preparation requirements.

7. Application of Cosmetic Coat:

a. It is assumed that existing coatings have oxidized sufficiently to prevent lifting or peeling when over-coated with paints specified.

b. Check compatibility by application to a small area prior to starting painting.

c. If lifting or other problems occur, request decision from Employer.

3.3 SURFACE CLEANING METHODS

A. Solvent Cleaning:

1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds and any other surface contaminants by using solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action.

3.4 APPLICATION

A. The intention of this Specification is for existing and new, interior and exterior wood, masonry and concrete surfaces to be painted, whether specifically mentioned or not, except as specified otherwise.

Repainting of Water Authority Buildings at Lower Valley, North Side and Red Gate Water Works

09900 Page 4 10 MAY 2017 PAINTING AND PROTECTIVE COATINGS

B. Apply products in accordance with these specifications and paint manufacturer’s instructions.

C. Do not apply finishes to surfaces that are not dry.

D. Apply each coat to uniform finish.

E. Apply each coat of paint slightly darker than preceding coat unless otherwise approved.

F. Sand slightly between coats to achieve required finish.

G. Allow applied coat to dry before next coat is applied.

H. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface.

3.5 FINISHING

A. Refer to drawings for schedule of colours.

B. Replace electrical plates, hardware, light fixture trim and fittings removed prior to finishing.

3.6 CLEANING

A. As work proceeds promptly remove paint where spilled, splashed or spattered.

B. During progress of Work maintain premises free of unnecessary accumulations of tools, equipment, surplus materials and debris.

C. Collect cloths and waste material which may constitute a fire hazard, place in closed metal containers and remove from site at the end of each day.

D. Upon completion of the Work, remove staging, scaffolding and containers from the site or destroy in a legal manner.

E. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean.

3.7 SCHEDULE – EXTERIOR SURFACES

A. Colours: Provide as shown on Drawings or specified or selected by Employer.

B. Proprietary identification of colours is for identification only. Selected manufacturer may supply matches.

END OF SECTION