Addendum #1- Bid Pkg #7 #16 - 3/14/14

advertisement
U
N
I
V
E
R
S
I
T
Y
Construction Services
170 Long Lan e
M i d d l e t o wn , C o n n e c t i c u t 0 6 4 5 7
(860) 685-3748 FAX (860) 685 -3101
ADDENDUM #1
Date:
March 14, 2014
Project:
Annual Major Maintenance FY 15
Bid Package #7 – Fire Alarm/Sprinkler/Site
Bid Package #16 – Judd Hall Lighting
To:
Bidders of Record
SPECIAL NOTE: Addendum #1 information shall supersede the information contained in the
Contract Documents
This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents
dated January 20, 2014 with revisions January 14, 2012. Acknowledge receipt of this Addendum in the
space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification.
BID DUE DATE / BIDDER SELECTION / CONSTRUCTION SCHEDULE:
Bids due: March 26, 2014 @ 1:00PM
Post bid interview/bid review: Week of April 1, 2014
Selection of successful bidders: April 8, 2014
Construction Start Date: May 27, 2014
Substantial Completion Date: August 1, 2014 (unless otherwise noted).
Project Completion Date: August 15, 2014 (unless otherwise noted
GENERAL NOTES :
The prebid meeting addressed the following items:
1. Schedule: Completion dates shall be strictly adhered to.
1. Coordination of the work is critical.
2. Safety: Zero accidents. All contractors shall practice safe workmanship practices
3. Surrounding areas/buildings will be occupied throughout the project schedule.
4. OSHA Training: Contractor shall provide minimum 10 hour OSHA Training Certification for
workman and minimum 30 hour OSHA Training Certification for Working Foreperson or
Supervisor to Owner prior to start of work. Reference 01015 General Requirements.
5. Hazardous Materials: Contractor shall coordinate all required ACM removal with Owner.
Inspection reports are available in the Owner’s office and will be posted to the MM FY15
website.
6. Lead Materials: All painted surfaces are to be treated as positive for lead containing paint due to
the construction of the building prior to 1978. All contractor personnel working on the project
shall be certified by the U.S. Environmental Protection Agency (EPA) for lead based paint
activities
Major Maintenance FY2014/2015
2015000000
Addendum 1
Pre-Bid Conference - 1
3/14/2014
7. Parking; Parking on grass surfaces is strictly prohibited. Parking in driveway of the woodframe is
acceptable. Off street parking is available. Additional parking is available at the Vine Street
parking lot.
8. It is the contractors’ option to a flash drive or CD to obtain available AutoCAD drawings.
9. Contractors are encouraged to check the major maintenance website frequently for new and
updated information. Addenda, specifications and additional project work will be posted to the
website as it becomes available.
10. If out of office message is received when contacting R. Sillasen by phone or email, contractor is
directed to call Steve Formica at 860-865-3778 or sformica@wesleyan.edu.
11. A bond is not required. Builder’s Risk insurance is not required.
12. Insurance Certificate must name Wesleyan University as additional insured.
BID PACKAGE #7 - SPRINKLER/FIRE ALARM/WATER SERVICE INSTALLATIONS
202 WASHINGTON ST
344 WASHINGTON ST
346 WASHINGTON ST
356 WASHINGTON ST
1. Contractor shall contact the City of Middletown Fire Marshal and the Owner’s Rep prior to the
start of work to coordinate shut down of the systems at the radio master box.
2. The existing radio master boxes shall be used. The city of Middletown Fire Department Alarms
Division has confirmed that the existing radio master box #217 for 344 Washington St, 346
Washington St and 356 Washington St has 10 slots. Sufficient room is available for the 3 new
cards for sprinkler installation. The Alarms Division will provide the new cards for the system.
3. For all locations, electrical contractor shall remove all 110V battery back up, horns and
standalone battery only fire alarms and related wiremold/conduit. Patch and paint.
4. All smoke / heat detectors shall be installed on the ceilings.
5. Contractor shall field verify locations of all flow/tampers.
6. Washington Street Utility Plan from the city of Middletown was provided at the pre-bid.
a. We are awaiting response from the city of Middletown Water Department to determine if
a single supply can be provided in front of 346 Washington Street and branch and branch
off of it in the front yards to 356 Washington and to 344 Washington Street, eliminating 2
of the excavations. Separate shut offs would be required to each location with a primary
shut off at the initial location. A final determination of this request is pending.
b. The contact at CT DOT is Joseph Paternoster at 860-258-4541. Site Contractor is
responsible to coordinate excavation activities in Washington Street with CT DOT and
the Owner. Night work is acceptable to the Owner.
7. Per the Fire Marshal Santostefano;
a. Sprinklers
i. Attic and crawl space do not need sprinklers.
ii. Bathrooms 55 sq. ft. and bigger need sprinklers
iii. Closets 24 sq. ft. and bigger need sprinklers
b. Alarm
i. No detection needed in crawl spaces.
Major Maintenance FY2014/2015
2015000000
Addendum 1
Pre-Bid Conference - 2
3/14/2014
8. The overhead conduit for the connection between 344 and 346 Washington Street shall be
relocated below grade.
a. The site contractor shall excavate a narrow trench to a depth of 42” from the
northwest corner of 344 Washington Street to the southeast corner of 346
Washington Street to accommodate the new conduit for the radio master box
wiring between these buildings.
b. Upon completion of installation, the contractor shall backfill and compact the
excavation and place an asphalt patch in the driveway.
c. The electrical contractor shall core the foundations at the northwest corner of 344
Washington Street and at the southeast corner of 346 Washington Street to
accommodate the new conduit for the radio master box wiring between these
buildings. Provide conduit, cover tape, and all related wiring for a complete
installation of new wiring from the fire alarm panels.
9. Revised drawings to be submitted under separate cover. Marked up drawings from the pre-bid
walk thru by location area provided for reference only for the following items.
a. 202 Washington Street – Electrical
i. Kitchen requires only 1 heat detector
ii. Provide magnetic hold open on kitchen doors: 2
iii. Provide magnetic hold open at second floor landing from front entry.
Extension arm will be required.
iv. Provide magnetic hold open at second floor landing from center lounge.
v. Provide relays for magnetic hold opens.
b. 202 Washington Street – Sprinkler
i. In area where existing sprinkler system is installed provide additional heads in
kitchen, first floor center lounge, first floor bathroom off entry corridor, first
floor study, second floor bathroom, and top of stairs at from center lounge.
Sprinkler contractor to notify any other areas in existing sprinklered spaces that
require additional heads.
c. 344 Washington Street – Electrical
i. FACP to be located on wall of entry door.
ii. Devices shall be relocated in the field. Drawings are for reference and
counts.
iii. Provide relays for magnetic hold open.
iv. A pull station is required at the third floor fire exit to the exterior.
d. 346 Washington Street – Electrical
i. Remove tack board at front entry to allow installation of FACP. Patch and paint
wall.
e. 356 Washington Street – Electrical
i. Relocate plaque on wall in entry corridor to allow installation of FACP. Patch
and paint.
ii. Kitchen requires only 1 heat detector
iii. Provide magnetic hold open on kitchen door: 1
iv. Provide magnetic hold open on door between laundry and common area.
Extension arm required.
Major Maintenance FY2014/2015
2015000000
Addendum 1
Pre-Bid Conference - 3
3/14/2014
v. Relocate horn strobe in front entry to west end of corridor.
vi. Provide magnetic hold open at second floor landing from front entry
corridor.
vii. Provide relays for magnetic hold opens.
viii. Provide carbon monoxide detector outside bedroom adjacent to kitchen.
ix. Provide smoke detector in closet adjacent to stairs in entry corridor.
x. Provide additional carbon monoxide detector in second floor corridor outside
bedroom 216. Relocate carbon monoxide detector in second floor corridor closer
to bedrooms 205 & 207.
xi. Provide horn/strobe in second floor corridor outside bedroom 219.
SEQUENCE OF OPERATION FOR WOODFRAME HOUSES
Manual Pull System Smoke
Station
Detector
Indicate Trouble on FACP
Indicate Trouble on remote
annunciators
Indicate Supervisory on FACP
Indicate Supervisory on remote
annunciators
Indicate Alarm on FACP
Indicate Alarm on remote
annunciators
Sound general evacuation alarm
Release Electromagnetic door holders
Sound associated sounder base
Sound all sounder bases
Activate dialer and send signal to
monitoring company
System Smoke
Detector & Any
Other Initiating
Device
Sprinkler
Waterflow
Switch
Sprinkler
Supervisory
Switch
X
Carbon
Monoxide
Detector
Apartment Carbon
Monoxide
Detector & Any
Other Initiating
Device
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
BID PACKAGE #16 – JUDD HALL LIGHTING
1. Contractor shall remove and discard existing light fixtures and shall provide and install
new light fixtures in new locations identified.
2. Mounting requirements shall include but not be limited to unistruct attachment to
underside of stair landings. Coordinate locations with Owner.
3. Contractor shall install additional fixture at first floor level in stairway at east entrance.
4. New fixtures shall be ETi 22 watt 1700 lumen LED round flush mount fixture.
a. 22 Watt Low Power and High Performance
b. 1700 Lumens
c. Non-Dimmable
d. UV, IR and Mercury-free
e. Rated Lifetime: 35,000 hours
f. 82 CRI
g. UL-Damp & Dry Location
h. 4000K
Major Maintenance FY2014/2015
2015000000
Addendum 1
Pre-Bid Conference - 4
3/14/2014
i. 22W = 150W
j. 100-277 VAC
5. Contractor shall install motion sensors on each entry landing to activate all fixtures at all
levels in stairwell.
6. Provide junction box covers for all fixtures relocated from existing wall mounted
locations.
Patch, prime and paint covers, conduit, wiremold, mounting systems
Major Maintenance FY2014/2015
2015000000
Addendum 1
Pre-Bid Conference - 5
3/14/2014
Download