Uploaded by paroc

MOS Scope of Works (Facades) - Tender

advertisement
Scope of Contractor Works
Project:
The Ministry, Westfield London (House of Fraser Repurpose)
Contract No:
Works Package:
Sheet:
Date:
21.02.2023
Façade Alterations
1.00
INTRODUCTION – THE PROJECT
1.01
The Ministry Project is one of our re-imagining and redevelopment projects, located within our
‘Westfield London’ portfolio where we are looking to continue our drive for sustainable development
through the re-use, re-purpose and expansion of our existing retail building. This project relates to
the re-purposing of the vacated House of Fraser anchor store.
We are looking to adapt and upgrade the existing retail unit with a ‘BREEAM Very Good’ mixed used
‘Co Working’ office space to be run by ‘The Ministry’ featuring, co working spaces, bakery, deli, gym,
juice bar, meeting rooms, event spaces and rooftop restaurant and bar.
The Ministry project is located between Ariel Way and main concourse leading from Shepherds
Bush underground station in the south-east corner.
The existing vacated House of Fraser Department store demise is made up of an entrance lobby at
Level 30 and retail floors above on Levels 40, 50 and 55.
The brief identifies the requirement to reconfigure the existing SE Anchor (House of Fraser) into
office demise to CAT A Fit-Out level. The works comprise the following structural changes,
escalators from Level 50 to 55 to be removed and escalators from Level 40 to 50 to be removed.
Façade changes include new glazed openings to be formed in existing external wall to South
elevation at levels 40, 50 and 55, new glazed openings to be formed in existing external wall to east
elevation at levels 40, 50 and 55 and existing glazed screen to Level 30 entrance to be removed for
new extension.
Cat A office fit-out to be generally in line with British Council of Offices Guide to Specification 2019
for refurbishments. It is intended that the Cat B Fit-out works will be carried out by Westfield on
behalf of the tenant. Alterations to facilitate new risers, alterations to facilitate new office lobby on
Level 40 and Riser alterations within Net-A-Porter Level 60.
2.00
TRADE PACKAGE DESIGN STATUS AND RESPONSIBILITY
2.01
Consultant Design has progressed to RIBA Stage 3, and this information is duly contained within
this Invitation to Tender. This information is to be read in conjunction with this document to set out
the design process, design responsibilities and Scope of Works for this Trade Package. The
specification and drawings which form part of this enquiry define the performance criteria, the
mandatory geometry of exposed surfaces and joint positions, and detail the required principle
materials and visible finishes. It is not anticipated that any further or additional Consultant design
will be made available during the tender and procurement phase of this Trade Package. The
Contractor is responsible for full design and co-ordination for the Facades, from the Tender RIBA
Stage 3 design documentation up to and including RIBA Stage 6 following the framework within the
RIBA guide (RIBA Stage 4 – Technical Design / RIBA Stage 5 – Construction / RIBA Stage 6 –
Handover & Close Out).
2.02
The Contractor’s Tender submission is to therefore be based upon completing the design and taking
full design responsibility from the information provided there onwards. We are therefore seeking
within the Contractor’s Tender submission “Contractor’s Proposals” for the design, supply,
installation and testing of systems and products to satisfy the zonal, dimensional, performance and
aesthetical criteria, parameters and requirements of the tender documentation. Therefore the
Contractor is responsible for the design of glass build ups / products / systems and interface details
to satisfy the above. The Contractor will include for the development and completion of the design
taking into account any additional criteria which with specialist knowledge, the Contractor believes
relevant.
2.03
The enquiry includes as-built drawings of key sections through the existing façade. With the tenancy
being vacant, the Contractor is afforded opportunity to undertake surveys of the existing building
façade systems should this assist with their Tender submission.
In view of the current status of design, the Contractor is invited to raise any queries for information
within the tender period, to assist with completing their submission.
The Contractor’s tender and “Contractor’s Proposals” are anticipated to include draft design details,
specification and manufacturer confirmation for each of the system types being proposed as part of
their Stage 4/5 CDP delivery for the Trade package, which will in turn include confirmation of the
satisfaction of each performance specification criteria. Should any performance criteria be undefined within the enquiry, the Contractor as part of their “Contractor’s Proposals” shall provide
proposals together with all aspects of performance achieved for the applicable item of Works.
Although the enquiry includes Structural Engineers information, it does not include any specification,
setting out or sizing of the required support secondary steelwork / wind post design and installation
required. This item of scope is required to be advanced as part of their “Contractor’s Proposals”
and included within the Contractor’s Tender submission.
2.04
The Contractor is to be responsible for ensuring that the design of the applicable package works
complies in all respects with the performance specifications and other documents, including but not
limited to acoustics, fire, deflection, air leakage, loading, thermal requirements, as a “stand alone”
system.
2.05
The Contractor will carry out the development and completion of the detailed design to the same
aesthetic level and in compliance with the performance criteria stipulated within the Contract
documentation. It is recognised that the Contract drawings do not cover all eventualities and that
the Contractor will develop the design and devise technical and buildability solutions, particularly at
interfaces with other façade systems and the structure.
2.06
The Contractor will be responsible for the warranty of the works.
2.07
The Contractor will be responsible for the Temporary Works design.
3.00
OUTLINE CONTRACTOR’S SCOPE OF WORKS
3.01
The Contractor is to include for all necessary design, labour, plant, equipment, fuel, materials,
testing, supervision and management to carry out and complete the supply, delivery and installation
of the Façade Alterations at the Ministry and associated works.
3.02
The following Scope of Works is not intended to represent an exhaustive list. Any items referred to
within the specification or indicated on the drawings associated with this package will be deemed
included.
3.03
The Contract Package is a Fixed Price Lump Sum and will not be subject to re-measurement or
adjustments save as may be provided by the express provisions of the Contract.
3.04
Item descriptions have not been prepared in accordance with SMM7 or NRM and are not held out
as describing all the works necessary to complete the item, nor as being exhaustive of the works.
It is incumbent upon the Contractor to ascertain the full Scope of Works.
4.00
SPECIFIC TRADE PACKAGE SCOPE OF WORKS
4.01
The Scope of Works includes the provision of all management, design, design coordination, labour,
materials, plant, fuel, logistics and approvals necessary to properly carry out and complete the
supply, delivery and installation of the following works, including but not limited to:1. All necessary removal of existing facades at locations defined within the Architectural
Demolition Plans, to enable the new installations as follows:2. New glazed openings to be formed in existing external wall to South elevation at levels 40,
50 and 55,
3. New Glazed openings to be formed in existing external wall to East Elevation at levels 40,
50 and 55,
4. Existing glazed screen to Level 30 entrance to be removed for new extension,
5. Level 55 facade changes including Bi fold doors, composite panelling and doors,
6. At Level 55 a horizontal ‘ribbon window’ arrangement has effectively been inserted into the
existing envelope by the removal of two rows of existing composite panels, thus maintaining
both the parapet to Level 60 and the waterproofing integrity to Level 50. The resultant array
of windows alternates between vision glazing and glass spandrel panels, respecting the
structural framing to the existing composite panelling. Solar shading has been provided by
the employment of both horizontal and vertical metal blades.
7. Levels 40 and 50 read as a single banding on the existing façade so it was decided that a
continuous vertical slot window spanning both floors would be introduced so that this
architectural language was maintained. In establishing the location for these new apertures
to the existing stone panel cladding sections of the elevation, the stone module has been
respected in order to avoid cutting the stone and to minimise on site works. The windows to
the projecting bays follow the same order and here the existing composite cladding is over
clad with a contrasting ceramic tile of the same size as the stone panel,
8. The proposed alterations to the ground floor Entrance Lobby at Level 30 primarily consist
of inserting full height glazing to provide as much light as possible whilst maximising the
appearance of a seamless threshold with the introduction of new glazed automatic access
doors and a recessed entrance mat,
9. Façade secondary steelwork. The majority of the building is an existing structure (unless
defined otherwise within clause 10 below). Therefore, the Contractor will be responsible for
the provision of all associated support and loading/performance criteria to facilitate their
design, fabrication, and installation of their works scope (curtain walling and cladding). This
includes any modifications that need to be made to the existing structure to support/connect
or otherwise their works. This does not only relate to the required support for windows
formed within existing cladding, but also relates to and includes trimming support steel,
corner steel for wind loads, and support bracketry for metal insulated panel cladding, bi-fold
and external doors/screens, flashing support requirements, over and above the primary
steelwork being designed, supplied and installed by others, which is defined within clause
10 below.
10. The issued MPN Structural Engineer’s drawings within the tender documentation clarify
primary concrete and steel structure for the Contractor to support and connect their
proposed façade systems to. MPN Drawings MOS-MPN-M9-55-DR-S-20201 Rev C00,
MOS-MPN-M9-60-DR-S-20201 Rev C00 and MOS-MPN-M9-LL-DR-S-21203 Rev C00
define the extent of primary structure supplied, delivered and installed and relates to Façade
systems EWS-05A, EWS-05B, EWS-05C, EWS-06 and EWS-07.
However all bracketry required to fix and support the applicable external envelope back to
primary structure will be the complete responsibility of the Contractor.
FAÇADE TYPES (refer to colour coded GA’s and Elevations for locations)
Key Value
EWS-01
Keynote
Vertical Slot Windows within Paroc Panels
Stick Curtain Walling system; double glazed units and
opaque spandrel panels; Low-E coating on face #3;
EWS-01A
Vertical Slot Windows within Paroc Panels
Location
Ariel Way & Eat
Street Elevations
Eat Street Elevation
Stick Curtain Walling system; double glazed units and
opaque spandrel panels; Low-E coating on face #4;
EWS-02
Vertical Slot Windows within Paroc Panels with
Automatic Opening Vent (AOV)
Eat Street Elevation
Stick Curtain Walling system; double glazed units and
opaque spandrel panels but with AOV’s; Low-E coating
on face #3;
EWS-03A
Ribbon Windows and Composite Panels (Excluding
Nowhere Bar areas)
Eat Street Elevation
Stick Curtain Walling system; double glazed units and
opaque spandrel panels; Low-E coating on face #3;
EWS-03B
Ribbon Windows and Composite Panels (Windows
to Nowhere Bar)
Ariel Way & Eat
Street Elevations
Stick Curtain Walling system; double glazed units and
opaque spandrel panels; Low-E coating on face #4;
EWS-04
External Doors and Screens at Level 30
Stick Curtain Walling system; double glazed units;
doorsets with ironmongery; Low-E coating on face #3;
EWS-05A
Double Glazed Folding Doors at Level 55
Ariel Way & Eat
Street Elevations
Shard Corner
Stick Curtain Walling system; double glazed units;
doorsets with ironmongery and hardware; Low-E
coating on face #3;
EWS-05B
Frameless Double Glazing at Level 55
Shard Corner
Stick Curtain Walling system; double glazed units; LowE coating on face #3;
EWS-05C
Means of Escape (MOE) Door at Level 55 Terrace
Shard Corner
Double glazed units; doorsets with ironmongery;
EWS-06
Façade (Parapet Wall) to Roof Terrace
Shard Corner
Aluminium PPC cassette system to external face with
concealed fixings; internal lining solution to be agreed;
Nominally 200mm thick, calcs required to confirm wind
loading
EWS-07
Extension Façade
Shard Corner
Metal insulated composite panels; Paroc Panels or
similar equivalent approved; PPC finish;
Thickness to be established by Contractor taking into
account all performance criteria
No ref
Lightweight Stone Panel Cladding System
(Replacement / Re-instatement – only if required as
outlined within clause 11 below)
Ariel Way & Eat
Street Elevations
Refer to Architects Specification ref WL-LHA-ZA-00SP-A-02580-55
Note: loading restrictions to what Paroc Panel can
support – lightweight system required
No ref
New Soffits
To sit below the Steel section supporting new façade to
be MP4 soffit lined with aluminium soffit panel with
flashing details to match existing (soffit detail 07 – MOSLAH-M9-55-DR-A-25001)
No ref
Parapets
Generally
Minimum 3mm aluminium PPC
No ref
Cappings
Generally
Minimum 3mm aluminium PPC
No ref
Flashings, Closers, Drips, Cills, Sundries
Generally
Minimum 3mm aluminium PPC
Associated Elements:11. All replacement façade elements (ie. lightweight stone panel cladding system, soffits to
visually match existing ) should any existing panels set-aside for re-cladding/reinstatement
are damaged / broken (Contractor is to carefully dismantle and set aside to avoid damage),
12. PPC parapet capping with anti-drumming membranes,
13. Flashings, drips, cills,
14. Opening and fixed lights, sliding and swing and any associated restrictors,
15. Opaque glazing / panels, back painted glass, laminates, fritting and manifestations,
16. Corner units to be designed for structural integrity,
17. All necessary and associated ironmongery within the doors, windows, and façade. The
Contractor is to include for mag locks to external doors and co-ordination Westfield
mechanical and electrical contractors to connect the mag locks,
18. Soffits to the underside of level 40 (eat street) to match existing soffit design including fixing
details and shadow gaps, drainage and water run off,
19. All trimming steelwork within Composite panel cladding to enable incorporation of doors,
inclusive of necessary flashings and the like,
20. Closing elements between new and existing façade elements, inclusive of fire barriers,
EPDM’s and flashings as required,
21. Compliance with cleaning and maintenance strategy within the facades, for the
incorporation of associated sockets for cleaning and maintenance,
22. Compliance with Secure by design requirements,
23. Security Access Panels and associated pedestals,
24. Slab edge fire stopping inclusive of closer angle and all manufacture/product requirements
as per testing certification,
25. All necessary cavity barriers to satisfy the performance requirements of the Tender Enquiry
documentation,
26. M&E co-ordination including but not limited to the provision of Automatic Opening vents,
BMS connections, security access panels, dry and wet risers access hatches, lighting
penetrations, rainwater penetrations, lightning protection, commercial signage power
provisions and supporting steel and brackets, CCTV brackets,
27. All materials and components to be new material of the quality listed in the specification. All
finishes to satisfy Qualicoat 2,
28. Liaising and interfacing with 3rd parties including but not limited to DLR, TFL, Westfield
London Centre Management,
29. All temporary waterproofing required associated with any façade removals prior to recladding / reinstatement,
30. All necessary surveys,
31. All necessary testing not limited to CWCT hose testing, spray bar testing etc,
32. The Contractor is to include for all necessary post drilling of the structure,
33. Assessment and due allowance is to be made for thermal shock of glazing,
34. Mock-ups, samples and the like,
35. Full co-ordination and interface with drainage, gutters, rainwater goods etc,
36. Spare components or materials as specified. Such goods to be taken into safe storage by
the Contractor and delivered fully protected, to Westfield when directed,
37. External Signage removal of any “House of Fraser” signage fixed and supported off of
tenant envelope / façade,
38. Full compliance with the Fieldview quality control application and system,
Movement Joints
39. All necessary forming, and installation of movement joints (vertical and horizontal) to the
façade systems, inclusive of all necessary movement joint material, mechanism and/or
sealant etc,
40. Movement joints within the design of the façade system(s) are to facilitate the anticipated
tolerances, deflection and movement of the structure and façade claddings as specified in
the tender documentation,
Builders Work In Connection
41. BWIC with AOV’s, services (e.g. lighting, signage).
42. The works include all fixings, cills, drips, flashings, floor trims, insulated PPC aluminium
extrusion infill to match transom boxes, angles, closer angles, cavity barriers, ventilated
cavity barriers, channels, head restraints, reveals, copings, trims, gaskets, insulation,
sealants, vertical and horizontal fire breaks inclusive of floor angles if required, and all
additional requirements which become apparent during the Contractor’s detailed design, to
effectively provide a weather tight and finished façade system, externally and internally.
43. PPC parapet capping and aperture cills and flashings to be reinforced at abseil / davit points
(if applicable),
44. The Contractor will take cognisance of the Construction Programme and include for all
temporary waterproofing between buildings,
45. The installation of temporary waterproofing and or any required protection and all
associated maintenance herein,
46. All necessary fire stopping to all applicable areas of work as required – vertical and
horizontal. This will include but not be limited to all compartment floors, party walls, walls
and perimeters of all openings. Fire barriers are to be installed progressively as the façade
is watertight,
47. Design, supply and install all brackets and shims as required for the installation and proper
alignment of the façade systems,
48. Design, supply and install all brackets, shims, base channels and connections back to the
structure as required for the installation and proper alignment of the balustrade systems,
49. The Contractor has included for all necessary packing, shimming, and cutting as necessary
to complete the works,
50. All associated works including but not limited to flashings, closers, fixings, angles, sealant
and the like,
51. Forming of parapets inclusive of capping’s where required,
52. All necessary jointing and abutment flashings required to ensure weather tightness
achieved,
53. Systems to allow for the supporting & fixing of external signage to nominated facades,
54. All bespoke and proprietary trims, end caps and closures, gaskets, flashing and copings as
required for completion and closure of the façade system,
55. Dressings onto adjacent works in order to achieve weatherproof and airtight integrity,
56. Include for all necessary weathering and thermal continuity / insulation,
For the avoidance of doubt, the above is an outline summary only and is not exhaustive. It is
incumbent upon Contractor to identify all façade types relevant to the Scope of Works for each
Building and ensuring all façade types all included within their tender return.
5.00
GENERAL
The Contractor has included for the following standards and certifications within their works.
-
Compliance with the Façade Performance Specification,
-
Compliance with the Centre for Window and Cladding Technology (CWCT) standards,
-
Compliance with all current Building Regulations,
-
Current BBA certification,
-
Compliance with U-values and air leakage / permeability requirements as identified within the
Performance Specification documents,
-
The façade systems will include for deflection, movement and sway, in accordance with
Structural Engineer’s details and specification,
-
The façade systems will include for movement joints which will be co-ordinated and agreed with
the Project Architect and Project Structural Engineer.
-
The facades systems will include for all loading & wind loading and wind tunnel test reports in
accordance with the Contract Documentation and Structural and Façade Engineers details,
-
The façade systems will achieve all acoustic performance of system to accord with Acoustic
report,
-
Provide Certification of the works to demonstrate compliance with the performance criteria set
down within the Contract Documents,
-
The façade system and all associated parts will fully comply the durability and product life
expectancy as detailed within the Performance Specification,
Management and Supervision
The Contract Price is inclusive of, but is not limited, to the following requirements,
-
All necessary adequate full time on-site supervision,
-
Attendance by a Project Manager (or equivalent) at Monthly Progress Meetings,
Setting Out and Structural Survey
The Contract Price is inclusive of, but is not limited, to the following requirements.
-
The production of all setting out information with regards to existing and/or new structure in
elements of the Works,
-
Carrying out level checks and survey on structure and be fully responsible for line and levelling
of the system to ensure consistent final finished levels.
-
Verify the field dimensions and conditions for inclusion into the fabrication drawings.
-
Co-ordinate setting out of secondary support system to take into account all structure, services
and permissible loadings.
-
All site measurement, setting out, coordination, supervision and installation relating to their
works.
Mock Ups / Samples
The Contract Price is inclusive of, but is not limited, to the following requirements.
-
Samples including but not limited to glass panels, cruciforms etc,
-
Provide any material or workmanship samples required by the Specifications – remove from site
when instructed by the Project Manager,
Testing and Commissioning
The Contract Price is inclusive of, but is not limited, to the following requirements.
-
All testing, reports and certification of materials associated with the Works and as required by
the Contract Documents,
-
The temporary sealing of openings, vents etc. to facilitate all air leakage tests (by others), and
its subsequent removal. In the event of the air leakage test proving unsatisfactory, the
Contractor will undertake such rectification works to their façade system(s) as are necessary to
render it compliant,
-
The costs of retesting will be borne by the Contractor on a sole or shared basis,
-
Allow for post installation testing to balustrades and panels as necessary,
Protection, Cleaning and Handover
The Contract Price is inclusive of, but is not limited, to the following requirements.
-
Provide all necessary protection of the works, and any protection of interfacing works where
necessary, and all associated removal prior to area handover and Practical Completion as
applicable,
-
Cleaning down of the Works externally and internally on completion and handover to Westfield
and a final clean at Practical Completion of the Project. Provide all necessary protection to
abutting/adjacent existing structures and the new construction and remove, clear up and make
good any work damaged prior to completion of the Contract.
-
Protection of finished surfaces and removal of protection to suit the Contractor’s programme.
6.00
SITE CONSTRAINTS
The Contractor will include for any constraints placed on the Works and as detailed within the
Façade Delivery Plan and Logistics Plan, including but not limited to the following: -
Noise restrictions
-
Access / security requirements
-
Hours of working and phasing requirements
-
Co-ordinating with other trades
-
Working adjacent and in close proximity to Network Rail, Transport for London and London
Underground Limited, Westfield Centre Management,
-
Third Party Agreements
-
Planning Conditions.
The Contractor is deemed to have visited the site and ascertained the nature of the site, access
thereto and all local conditions and restrictions likely to affect the execution of the Works.
7.00
STAGED WORKS
The Contractor is advised that the proposed Works may have to be undertaken in separate stages
and has included for such within their price.
8.00
HOISTING / CRANEAGE FACILITIES
Westfield will not be providing any shared hoisting or craneage facilities for this Trade Package.
8.01
Contractor’s Craneage (including mobile cranes)
There are restricted over sailing rights, the Contractor is to obtain written confirmation of any over
sailing rights.
The Contractor is to allow for any necessary handling of materials and plant etc., prior to and after
the periods planned by the Contractor for these facilities to be on site.
The Contractor notes the physical limitations of these facilities.
The Contractor will include for unloading and distribution of any lifts that are beyond the lifting
capacity of any tower cranes and/or hoists provided by Westfield i.e. all heavy lifts would be deemed
included. All heavy loads must be clearly identified on a delivery schedule produced by the
Contractor with their all up weight before delivery to site.
The Contractor will appoint a trained ‘Appointed Person’ to manage his lifting operations.
Lifting tackle, other than that provided as standard on site by Westfield, will be the responsibility of
the Contractors, who will be required to produce up to date tests certificates before its use will be
permitted
In the event that the facilities are not available due to breakdown, adverse weather or otherwise, the
Contractor is to make his own arrangements at his own cost. The Employer will not accept any
charges for such unavailability.
9.00
WELFARE FACILITIES
Westfield will provide the Contractor with shared welfare facilities including drying rooms, canteen
facilities, toilets. All other Welfare and accommodation will be provided by the Contractor
10.00
RUBBISH AND WASTE AWAY
The Contractor will clear away from site all rubbish resulting from the execution of the Contract
Works and will keep access to those Works clear at all times. The term "rubbish" will include any
"special waste", as defined in the Environmental Protection Act (Special Waste) Amendment
Regulation 1996, which in the absence of specific provisions in the Contract must be removed from
site by the Contractor at his own expense as required by Westfield.
The working areas will be maintained in a clean and tidy state throughout the progress of the works
and all rubbish and surplus material will be removed by the Contractor upon their completion
WEL reserves the right to recover from the Contractor all costs arising from the Contractor's failure
to comply with this provision
11.00
WHEEL WASHING
The Contractor is to ensure that at all times the on-site roads and footpaths as well as public
highways adjacent to the site entrance are kept clean and tidy and will make due allowance for the
provision, operation and maintenance of a wheel cleaning set up if required.
12.00
CONSENTS
The Contractor will include for obtaining all necessary consents and licenses for their works.
13.00
INTERFACE DETAILS
The Contractor has included for co-ordination with other consultants and trade Contractors drawings
and technical information. The package information will include assessment, British Standard
compliance, schedules, as built information and O & M manuals, maintenance information and
manuals.
Co-ordinate the progress of the Package Works with other Trade Contractors to ensure the phasing
and sequencing of the works, particularly at interface locations, and to Westfield requirements.
13.01
The Contractor is responsible for all interfaces with adjacent works and holds the design
responsibility for ensuring a watertight seal is achieved against all adjacent finishes. Allow for
interface with all adjoining trades and buildings, including (but not limited to):
-
The existing Westfield Centre,
-
DLR / TFL
-
Steelwork Contractors,
-
Metal Decking Contractors,
-
Concrete Frame Contractors,
-
Roofing, Waterproofing and Other Façade Contractors,
-
Mansafe / Davit / Abseil Contractors,
-
Mechanical and Electrical Contractors,
-
Internal Fit Out Contractors,
-
Fire Stopping and Fire Protection Contractors,
-
Dry-Lining and all other Fit Out Contractors,
-
Architectural Metal Work Contractors,
-
External Works Contractors,
-
Landscape Contractors,
-
Utilities service providers and associated contractors,
-
Lighting, Signage,
13.02
Design Coordination: The Contractor will provide design coordination in conjunction with
Architectural Consultant, Structural Consultant and other Consultant/Trade Contractors as
appropriate. The Contractor will notify Westfield and seek clarification, of conflicting requirements
between drawings and documents,
13.03
Structure: Co-ordinate with structural frame on site and issue in a timely manner and free issue
cast in components and complete a full site survey of each location. Confirm system loads onto
primary frame. Provide all necessary secondary steelwork for connections back to primary
steelwork frame. Confirm deflection characteristics of different systems. Allow for dead and wind
loads applied to system, both during construction and completed installation,
13.04
External Landscaping: Co-ordinate with the external Landscaping during site works. Allow for
necessary weathering/flashings, EPDM’s at perimeter of the building at junction with podium slab,
13.05
Roof: Co-ordinate with the roofing contractor during the design stages, and during on site works.
The Façade Contractor will agree a waterproofing detail at interfaces with the roofing contractor and
roofing associated material supplier to ensure the integrity of the waterproofing is maintained during
the construction and a fully watertight system is constructed and delivered to Westfield prior to the
completion of the Works,
13.06
M&E: Co-ordinate with all other building services, including any connections, penetrations, &
associated builder’s works. Confirm average U-Value performance for system in accordance with
the specification. The Liaison with the Services Contractor(s) and the incorporation within the façade
system(s) of their electrical wiring routes and provision for electrical fixtures, including those for
signage and lighting,
13.07
Acoustic Consultant: Provide acoustic data and test results for the façade systems and consider
detail junctions to structural openings,
13.08
Signage Consultant: Provide full setting out information and allowance for signage brackets for
all signage elements. Allow for dead and wind loads applied to system to signage zones indicated
on the elevations,
13.09
Fire Engineering Consultant: Co-ordinate, identify and clarify all fire compartmentation, vertical
and horizontal fire stopping, fire stopping to slab edges, service penetrations within the facades, fire
rated cavity barriers (ventilated where necessary), and all necessary fire stopping and protection to
comply with Building Regulations, Building Control, and Fire Brigade Requirements.
Allow for fire rated interface from demise and fire escape walls where applicable,
13.10
Dry-lining: Co-ordinate with internal dry lining works on site,
14.00
ADDITIONAL DESIGN CONSIDERATIONS
The Contractor will provide all necessary warranties / guarantees in respect of their Works, including
but not limited to glass manufacturer(s), composite panel product, powder coating, galvanising,
FIRAS for installation of fire protection / stopping systems, fire cavity barrier manufacturer including
for installation.
The Contractor will ensure that all components of the contracted works are fit for purpose and fit for
the intended use.
The Contractor will prepare structural calculations for approval validating their design against the
required performance parameters.
The required service life of the components is as detailed within the Specification
The Contractor will produce fabrication drawings and schedules related to full scope of the
Contractors works.
Where relevant to their package be expected to comment on any document produced by the
Westfield, Consultants and/or trade contractor in relation to the coordination of the design.
Accept that any comments made by Westfield or our Consultants do not relieve the Contractor of
its responsibilities in respect of adequacy and compliance with the design and specification
documents
The Contractor has included for temporary works design. The Contractor will strictly comply with the
requirements of Westfield’s temporary works procedures document which will be made available to
the Contractor on request.
BREEAM: The system’s performance is to fully comply with the Project’s BREEAM criteria/rating of
‘Very Good’ on the Office areas only. The Contractor has included for details, specification(s),
calculations, complete with appropriate evidence to be submitted to BREEAM Assessor.
BIM: The Contractor will fully adhere to project BIM requirements as set out in the BIM Strategy and
BIM Execution Plan.
DOCUMENT CONTROL: The Contractor will follow the document control procedure explaining the
numbering system and the record of each document, using ASITE system. All correspondence is to
be issued via ASITE.
The Contractor has included for their proposals to be reviewed and agreed with Westfield, the
Project Architect, and Project Structural Engineer.
The Contractor has included for details and material samples to be made available for issue to the
Local Authority for Planning Approvals or Third Parties.
The Contractor has included for details, specification(s), and calculations to be submitted for
approval to Building Control Inspector.
The Contractor has included for ‘As Built’ drawings and operations and maintenance manuals of the
full system. Provide all information (“As-Built”) necessary for preparation of Operation and
Maintenance Manuals as reasonably requested by Westfield, which is to be sufficiently
comprehensive to allow a future Principle designer, tendering Principal Contractor, Maintenance
Contractor and/or Designer to gain sufficient information about the project to allow for safe
maintenance, design, future construction and/or demolition of the project.
Provide all design information necessary for the Health and Safety File as reasonably requested by
the Westfield and/or the Principle Designer. This will include an “Access for Maintenance, Cleaning
and Replacement Strategy” detailing the design arrangements and provisions for the Client to
consider after handover of the completed building.
All internal and external cleaning and maintenance proposals are to be coordinated with main
cleaning strategy. The Contractor will include for any support structures considered necessary to
facilitate this.
The Contractor has included for the development and completion of the design taking into account
any additional criteria which with specialist knowledge, the Contractor believes relevant.
The Contractor will provide full design calculations for the facade system and supporting framework
including wind loading.
The Contractor will produce detailed fabrication models, drawings and material samples for Client
and Consultant team approval prior to manufacture.
The Contractor will take responsibility in the eventuality that the wind tunnel test results are greater
than British Standard.
The Contractor will provide design appraisal calculations including any substituted materials.
15.00
DELETERIOUS MATERIALS
The Contractor will warrant to Westfield and the Tenant that it has not specified, and will not specify
for use or incorporate into the works any materials which are generally known at the time of
construction to be deleterious to health and safety whether in themselves, or in the specific situation
used, or when used in combination with other materials, or with the passage of time, or when
damaged or be likely to adversely affect durability in the particular situation in which they are used.
The following is a list of materials or procedures that will not be used in the works:
-
Asbestos or asbestos containing products
-
Lead including lead based paints and primers
-
Urea formaldehyde foam or products that may release formaldehyde.
-
Pitch Polymer DPC's
-
Materials comprising mineral fibres whether man-made or naturally occurring, having a diameter
of 3 microns or less and a length of 200 microns or less, or containing any fibres which are not
sealed, encapsulated or otherwise stabilised to prevent migration.
-
Refrigerant and insulation using HFC products
-
Chlorofluorocarbons or hydro chlorofluorocarbons or materials or goods containing the same.
-
High alumina cement in structural elements.
-
Hardwood from tropical rainforests unless from a proven sustainable source.
-
Calcium chloride admixtures to concrete
-
Aggregates for use in reinforced concrete not complying with BS EN 12620 and aggregates for
use in concrete not complying with BS 8110.
-
Unwashed sea dredged aggregates
-
Glass fibre additives to concrete
-
Concrete that maybe susceptible to alkali/silica reaction
-
Calcium silicate bricks, blocks or tiles.
-
Galvanised wall ties
-
Polychlorinated biphenyls, polychlorinated terphenyls or any goods or materials containing the
same.
-
Chrysotile Amosite Crocodilite
-
Onsite spray applied fire protection or insulation of any kind
-
Vermiculite containing fibrous dust.
-
Polyurethane foam and polyisocyanurate foam
-
PTFE fabrics except where the use of PTFE is as a jointing tape in plumbing applications as
valve sets, bearings or sealing rings in pre-manufactured items of plant.
-
Tributyltin wood or fabric treatment or insecticidal spray.
-
Pentachlorophenol or timber treated with such.
-
Lindane wood treatment/insecticidal spray.
-
Any combustible materials.
Download