← Back to Lewiston

Document Lewiston_doc_417460bce9

Full Text

DEPARTMENT OF PUBLIC WORKS BUILDINGS DIVISION 103 ADAMS AVENUE LEWISTON, MAINE 04240 Tel. [PHONE REDACTED] Fax [PHONE REDACTED] CITY OF LEWISTON ARMORY ELEVATOR ENCLOSURE BUILDING PROJECT 2012 ---PAGE BREAK--- TABLE OF CONTENTS PAGE NO. NOTICE TO CONTRACTORS N-1 PROPOSAL FORM P-1 CONTRACT FORM C-1 ADDENDA, IF ANY DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10-1 ---PAGE BREAK--- RFP NO: 2012-010 BID DATE: 3/22/12 CITY OF LEWISTON, MAINE NOTICE TO CONTRACTORS Sealed Proposals are being accepted for the CITY OF LEWISTON ARMORY ELEVATOR ENCLOSURE BUILDING PROJECT, which consists of obtaining competitive design/build quotations from Design/Build Contractors for a complete and properly functioning building to enclose a new elevator system proposed for the Armory as outlined or implied in this Request for Proposals (RFP). The elevator system will provide access to the second floor of the Armory for the Senior Citizen Program, which is being moved from the Multi-Purpose Building. Proposals will be received by the City of Lewiston, Maine at the office of the Director of Budget/Purchasing until 2:00 p.m., on March 22, 2012. Each proposal shall include a sealed fee statement under separate cover for the work to be performed. The fee statement will not be opened until the Design/Build Contractors have been rated. Each proposer is required to state in his/her proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the proposal is made without any connection with any other proposer making any proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in the proposal or in any contract which may be entered into to which the proposal relates, or in any portion of the profits therefrom, except as provided by the City Charter. All Contractors who plan to submit a proposal are required to attend a meeting to be held at the Armory Building at 65 Central Avenue, Lewiston, Maine on Thursday, March 1, 2012 at 10:00 A.M. The meeting will be held in the first floor Administration Conference Room. Attendance at this meeting by the Contractor or his/her qualified representative is a mandatory prerequisite for the acceptance of a proposal from that Contractor. The proposal must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: CITY OF LEWISTON ARMORY ELEVATOR ENCLOSURE BUILDING PROJECT and addressed to: "Director of Budget/Purchasing, City Hall, Lewiston, Maine". If the proposal is forwarded by mail, the sealed envelope containing the proposal and marked as above must be enclosed in a second envelope which shall be addressed to: "Director of Budget/Purchasing, City Hall, 27 Pine Street, Lewiston, Maine 04240." All mailed proposals should be sent by registered mail to ensure delivery. Any proposer may withdraw his/her proposal prior to the scheduled time for the opening of proposals upon presentation to the Director of Budget/Purchasing of a request, in writing, to do so. Any proposer who withdraws his/her proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her proposal and the bid security accompanying the proposal will be forfeited to the City of Lewiston. N-1 ---PAGE BREAK--- Any proposal received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any proposal not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any proposal or reject any or all proposals if it is deemed to be in the public interest to do so. No proposal will be considered unless it is accompanied by a bid security in the form of a bid bond or certified check in the amount of ten (10%) percent of the total base bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of a signed contract or, if no contract award is made, within forty-five (45) days after the opening of the proposals, unless forfeited as herein stipulated. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director of Budget/Purchasing of the acceptance of his/her proposal and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the proposal has been abandoned; and, in such case, the bid security accompanying the proposal will be forfeited to the City of Lewiston. A Performance Bond and a Labor and Material Payment Bond, preferably executed on AIA Bond Form Number A311 in an amount equal to the total contract price, of a surety company satisfactory to the Director of Budget/Purchasing, will be required of the successful bidder to insure completion of the work and the proper fulfillment of the conditions of the contract. The total contract price shall mean the negotiated price agreed to by the Design/Build Contractor and the City of Lewiston. The work is to be commenced within ten (10) days after the execution of the contract unless otherwise specified in the Specifications or directed by the Director of Budget/Purchasing, in writing, and is to be continued with diligent regularity until its completion within the time limit specified. All Proposals must be made on the blank Proposal Form bound in the Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate item of work as called for in the Proposal Form. These prices are to cover the entire expenses incidental to the completion of the work in full conformity with the Contract Documents. The prices must be stated both in words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices written in words shall govern. Proposals which do not contain prices for all items which are called for, or which otherwise are not in conformity with this Notice, may be rejected. Each proposer shall make his/her Proposal from his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan of any thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this contract comes to his/her knowledge, report it at once, in writing, to the Director of Public Buildings. N-2 ---PAGE BREAK--- All materials and labor required to complete the work will be supplied by the Contractor unless otherwise provided for in the Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the proposal. Plans and Specifications can be obtained on the City Website at: www.lewsitonmaine.gov under Purchasing and “Bids and Awards”. Contract documents can also be viewed at the following locations: Office of the Director of Budget/Purchasing, City Hall - Tel. [PHONE REDACTED] Ext. 3259 Office of the Director of Public Buildings, 103 Adams Ave. - Tel. [PHONE REDACTED] Ext. 3412 McGraw Hill, Scarborough, Maine Willis of Northern New England, Auburn, Maine Construction Summary of Maine, Manchester, NH Associated Constructors of Maine, Augusta, Maine All questions by prospective bidders pertaining to the Contract Documents, Plans and Specifications must be received, in writing, by the Director of Public Buildings, at least five days before the date set for the opening of the proposals. Any questions which, in the opinion of the Director of Budget/Purchasing, require interpretation, will be sent by e-mail, with the interpretation, in the form of a numbered Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the proposals. Addenda issued later than three days prior to the scheduled opening of the proposals may be made by telephone. Proposers shall acknowledge receipt of all Addenda in the space provided therefore in the Proposal Form, whether the Addenda are in response to questions or otherwise issued by the City and whether the Addenda are received by email, fax or telephone. The Special Provisions, Plans, and the Standard and Supplemental Specifications delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Supplemental Specifications and the Standard Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. N-3 ---PAGE BREAK--- CITY OF LEWISTON PROPOSAL FOR CITY OF LEWISTON ARMORY ELEVATOR ENCLOSURE BUILDING PROJECT To: Director of Budget/Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Proposal is accepted, that he/she will contract with the City of Lewiston, by its City Administrator, to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Director of Public Buildings as provided for therein; and that he/she will accept in full payment therefor the following sums to wit: ITEM EST. NO. QTY UNIT ITEM DESCRIPTION & UNIT TOTAL BASE BID ITEMS 1. 1 L.S. Furnish and Install Elevator Enclosure Building: The undersigned acknowledges the receipt of Addenda numbered . The undersigned further agrees that, after notification by the Director of Budget/Purchasing of the acceptance of his/her Proposal and the readiness of the Contract for signature, he/she will execute the Contract and furnish the required Bonds within ten (10) days, Saturdays, Sundays and Holidays, excepted, and that he/she will commence the work within ten (10) days after the execution of the Contract and deliverance of the Bonds, unless otherwise specified in the Supplemental Specifications or designated by the Director of Public Buildings in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred dollars ($200.00) for each working day beyond the time limit specified in the Supplemental Specifications which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director of Public Buildings. P-1 ---PAGE BREAK--- The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal or in any contract which may be made under it or in profits expected to arise therefrom, except as provided by the City Charter. The full names and addresses of all persons and parties interested in this Proposal, as principals, are as follows: (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): Accompanying this Proposal is a bid security deposit in the amount of which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director of Budget/Purchasing of the acceptance of his/her proposal, to execute a contract with the City and furnish the required Bonds within the time agreed to herein; or, in case the undersigned withdraws his/her proposal within thirty (30) days after the opening of the proposals. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: By: Legal Address: Principal place of business: FIRM'S I.R.S. IDENTIFICATION P-2 ---PAGE BREAK--- Address to which all correspondence and notifications are to be sent: Phone No: Fax No: P-3 ---PAGE BREAK--- CITY OF LEWISTON ARMORY ELEVATOR ENCLOSURE BUILDING PROJECT Contractor Qualification Statement Please answer the following questions completely; attach sheets if necessary: 1. Installer name, address and phone number: 2. List Project Superintendent and years of experience with the company that will be assigned to this project. 3. List of references for at least three similar projects: a. Project name and address: Owner name, address and phone number: b. Project name and address: Owner name, address and phone number: c. Project name and address: Owner name, address and phone number: P-4 ---PAGE BREAK--- 4. List all Subcontractors, if not identified above: Form prepared Print or Type P-5 ---PAGE BREAK--- CITY OF LEWISTON, MAINE CONTRACT FOR CITY OF LEWISTON ARMORY ELEVATOR ENCLOSURE BUILDING PROJECT This Agreement, made and entered into this day in the year two thousand and twelve, by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called "Owner", by its City Administrator, party of the first part, and hereinafter called "Contractor", with legal address and principal place of business at party of the second part: WITNESSETH: That the parties to these presents, each in consideration of the covenant and agreements on the part of the other herein contained, have covenanted and agreed and do hereby covenant and agree, the party of the first part for itself and the party of the second part for himself/herself and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents, hereinafter referred to as the Contract Documents, which are attached hereto and incorporated by reference into this Agreement: 1. Notice to Contractors 2. Proposal 3. Supplemental Specifications 4. Standard Specifications 5. Contract Plans, if any 6. Addenda, if any 7. Federal Conditions, if any C-1 ---PAGE BREAK--- That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: The party of the second part represents and warrants: ITEM EST. NO. QTY UNIT ITEM DESCRIPTION & UNIT TOTAL BASE BID ITEMS 1. 1 L.S. Furnish and Install Elevator Enclosure Building: The party of the second part represents and warrants: That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and: That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and: That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all of the other materials and conditions which may in any way affect the work or its performance. IN WITNESS WHEREOF, the said City, by its City Administrator and the by thereunto duly authorized have hereunto set their hands and seals the day and year first above written. C-2 ---PAGE BREAK--- Signed in the presence of: City of Lewiston, Maine By: Edward A. Barrrett, City Administrator By: Contractor Witnessed By: C-3 ---PAGE BREAK--- SUPPLEMENTAL SPECIFICATIONS DIVISION 10 10.1 SCOPE OF WORK: The purpose of this Request for Proposals is to obtain design/build proposals from General Contractors to provide a complete and properly functioning new Elevator Enclosure Building for the City of Lewiston’s City Armory Building. The elevator is one of many building improvements needed to provide the necessary accommodation at the Armory Building for the Senior Citizen group that is being moved from the City’s Multi-Purpose Building. The enclosure will be located adjacent to the Armory’s stairway adjacent to the corner of Vale St. and Central Ave. This Design/Build Contractor will be considered the Prime Contractor, and will carry and coordinate all work of sub trades needed to complete the project. The Design/Build Contractor shall include all engineering, materials, equipment, tools, services and supervision necessary to design, furnish, and construct an elevator system building enclosure. The Design/Build Contractor shall also install the elevator system acquired by the City, into satisfactory operation the equipment, services and systems as called for, or hereinafter specified, including any incidental work not specified, but which can reasonably be inferred as belonging to the elevator system and enclosure and necessary in good practice to provide a complete and satisfactory system. 10.2 PROJECT COORDINATION This project is a result of the City of Lewiston’s decision to move the Senior Citizen Organization from the Multi-Purpose Building to the Armory. Due to the aggressive schedule to complete the installation of the elevator for the new Senior Center at the Armory, and the length of time it takes for delivery of an elevator, the City has chosen to purchase the elevator before acquiring design plans and a General Contractor to build the elevator enclosure. Proposals for the Elevator Equipment are due to the City by March 13, 2012. Once the bid award for the elevator is made by the Finance Committee, all General Contractors bidding on the Elevator Enclosure will be notified as to the elevator supplier for this project. The City will also forward the list of General Contractors to the elevator supplier so they can coordinate the final project details before submitting their Final Design/Build proposal. 10.3 TIME LIMIT: The Contractor shall complete all of the work outlined in the Contract Documents by August 31, 2012. The Director of Public Buildings or his/her authorized representative may extend the Time Limit, if the Contractor submits, in writing, evidence that he/she cannot complete the Project within the Time Limit specified because of long delivery time on the materials or other justifiable reason. The Contractor shall be responsible for ordering his/her materials The decision of the Director or his/her representative regarding the time extension shall be final. 10-1 ---PAGE BREAK--- 10.4 PROPOSAL AWARD OR REJECTION: It is the intent of the City to award a contract within fifteen (15) days after the bid due date. The City reserves the right to reject any or all proposals. The City of Lewiston reserves the right to decrease or increase the scope of the project from the original proposal. Changes in the scope of the project will be in accordance with the prices established in the Proposal and Contract. The City reserves the right to delete all or portions of any item of work prior to the start of work on that item. The City reserves the right to negotiate with the Contractor(s) to determine the amount of work and fees to be included in the Contract. 10.5 BID SECURITY AND BONDS: The Design/Build Contractor will be required to provide a bid security of 10% for the total project. The required Performance and Payment Bonds will be in conformance with the contract award. 10.6 QUALIFICATIONS: All design work shall be performed and stamped by a Maine registered professional engineer and architect, to assure accountability of performance, and continuity from design through installation and commissioning. The Design/Build Contractor will be required to demonstrate a successful track record in installations of at least three elevator of similar size. The Design/Build Contractor will show proof of General Liability, as well as Errors and Omissions insurance in amounts not less than the value of the Contract. The Design/Build Contractor must have a minimum of five years of experience with all aspects of the specified project. 10.7 SELECTION: The process for selection of an Design/Build Contractor will consist of interested contractor(s) submitting proposals. The Selection Review Committee (SRC) will review the proposals and make a recommendation to the Finance Committee for award of the Contract. The Selection Review Committee (SRC) will consist of the Director of Budget/Purchasing, Director of Public Buildings, Director of Recreation, Director of Public Works and (two) Finance Committee Members. Each proposal shall include a sealed fee statement under separate cover for the work to be performed. The fee statement will not be opened until the Design/Build Contractor(s) have been rated. The Contractor(s) shall address the proposed scope of services, including their approach, personnel who will do the work, in-house technical review and ability to meet the project schedule. Also, the Contractor(s) shall submit information helpful in evaluating the Contractor(s), such as experience, qualifications, references and the ability to work effectively with the involved parties. 10-2 ---PAGE BREAK--- The Design/Build Contractor’s proposal(s) shall discuss in sufficient detail the steps that the Contractor(s) will take to arrive at the desired results. The Contractor must explain to the City in some detail how their proposal will affect our existing building operations while the work is being completed. The discussion shall be important for the selection process. The City of Lewiston reserves the right to solicit additional information from the Contractor(s) or their references and to reject any or all proposals. The City of Lewiston will use the following criteria in evaluating the proposals: 1. A successful record in completing projects similar to the one described in this RFP. 2. The ability of the Contractor to build elevator systems that are service friendly, energy conscious and dependable. 3. The quality of the material and equipment used to complete the project. The Contractor shall submit a list of the key components of the elevator enclosure system. Also, the types of materials used for the building foundation, façade, windows, doors, flooring, walls finishes, electrical service, lighting, heating and any other items they are proposing to use for the project. 4. The ability of the Design/Build Contractor to provide an elevator building enclosure that is architecturally consistent with the existing building or the other elevator enclosure located on the Middle School side of the building. The Design/Build Contractor must provide a perspective architectural drawing, and floor and building section plans that provides the selection committee an idea of what they are proposing. 5. The quality and depth of the Contractor team’s applicable experience and expertise, especially with development of similar projects including planning and designing elevator building enclosures. 6. A list of at least three relevant projects with the name, address and telephone number of a contact person to check references. 7. The ability of the Contractor(s) to complete the work as outlined in the schedule based on current and projected workload. 8. Resumes of the personnel who may be assigned to this project, including relevant experience. 9. Other factors that would be helpful to the City of Lewiston in evaluating the Design/Build Contractor(s) for this project. 10.8 GENERAL CONDITIONS: 1. All materials entering into the installation, except as hereinafter noted, must be new and of the quality specified; otherwise, of the best commercial quality obtainable for the purpose. All parts to be worked and the erection thereof must be performed in the best and most substantial manner in accordance with the standards of the trade. 2. Equipment or materials of equal specification may be substituted where an “or approved equal” is indicated. In cases of an “or approved equal”, substitutions will be permitted only upon specific approval by the Director of Public Buildings, prior to the submittal of this Contractor’s bid and before any of such items are ordered. 10-3 ---PAGE BREAK--- 10.9 SPECIFIC PROJECT CONDITIONS: 1. The elevator system supplied by the City will be an Otis Elevator or Elevator. A copy of the elevator bid documents are enclosed for your information. 2. Furnish and install entrance and exit lobby for elevator building and exterior canopy. 3. Furnish and install an inter-communication system that provides communication link between the elevator front entrance and the Armory’s Administration Office. 4. Furnish and install security entrance system that uses key fobs. Supply with minimum of 200 fobs. 5. Furnish and install fire rated door between interior elevator lobby and stairway opening. 6. The fire call box from the area of refuge must be moved to the elevator lobby. 7. The machine room that houses the fluid tank and controls will be located in the Armory Basement corner area located next to the stairway tower. 8. Furnish and install motion sensors for all interior lighting. 9. The elevator enclosure building design should maintain as many of the Armory’s existing exterior windows as possible. 10.10 SPECIFIC PROJECT COORDINATION ISSUES WITH ELEVATOR SYSTEM 1. Elevator hoist beam to be provided at top of elevator shaft. Beam must be able to accommodate proper loads and clearances for elevator installation and operation. 2. Supply, in ample time for installation by other trades, inserts, anchors, bearing plates, brackets, supports and bracing, including all setting templates and diagrams for placement. 3. Furnish, install and maintain the required fire rating of the elevator hoistway walls, including the penetration of the fire wall by elevator fixture boxes. Hatch/hoistways and machine room walls require a minimum of two hours of fire rating. Hoistway should be clear and plumb with variations not to exceed 1/2'' at any point. 4. Elevator hoistways shall have barricades, as required. 5. For passenger elevators, leave out front wall of hoistway full width by 8’0” high where openings occur so that entrances can be set in proper relationship to guide rails. After entrances are set, the General Contractor is to complete front walls and grout frames and sills. 6. Provide lintels above passenger elevators door frames to support walls as may be necessary. Passenger door frames are not load bearing construction. 7. Install bevel guards at 75° on all recesses, projections or setbacks over for A17.1 2000 areas) except for loading or unloading. 8. Provide rail bracket supports at pit, each floor and roof. For guide rail bracket supports, provide divider beams between hoistway at each floor and roof. 9. Pit floor shall be level and free of debris. Reinforce dry pit to sustain normal vertical forces from rails and buffers. Provide pit floor suitably reinforced to withstand impacted jack reaction. 10. Machine room may be located in the Armory basement adjacent to the proposed elevator. The minimum size of the machine room is 8’-6” by 7’-0” by height. Access door to machine room shall be labeled, self closing, self locking and openable from inside without key. 11. Machine room temperature must be maintained between 55º and 90º F. 12. If machine room is remote from the elevator hoistway, clear access must be available above the ceiling or metal/concrete raceways in floor for oil line and wiring duct from machine room. 10-4 ---PAGE BREAK--- 13. Access to the machinery space and machine room must be in accordance with the governing authority or code. No equipment other than elevator equipment is allowed in the hoistway or machine room. 14. Provide an 8” x 16” cutout through machine room wall, for oil line and wiring duct, coordinated with elevator contractor at the building site. 15. All wire and conduit should run remote from either the hoistways or the machine room. 16. When heat, smoke or combustion sensing devices are required, connect to elevator machine room terminals. Contacts on the sensors should be sided for 120 volt D.C. 17. Install and furnish finished flooring in elevator cab. 18. Any sleeves, cut outs, chases or recesses required by elevator contractor for conduit and oil line shall be provided by the General Contractor in location designated on elevator layout drawings. General Contractor to fill voids after elevator equipment is in place. 19. Finished floors and entrance walls are not to be constructed until after sills and door frames are in place. Consult Elevator Contractor for rough opening size. The General Contractor shall supply the drywall framing so that the wall fire resistance rating is maintained, when drywall construction is used. 20. Where sheet rock or drywall construction is used for front walls, it shall be of sufficient strength to maintain the doors in true lateral alignment. Drywall contractor to coordinate with elevator contractor. 21. Before erection of rough walls and doors, erect hoistway sills, headers, and frames. After rough walls are finished, erect fascias and toe guards. Set sill level and above finished floor at landings. 22. To maintain legal fire rating (masonry construction), door frames are to be anchored to walls and properly grouted in place. 23. The elevator wall shall interface with the hoistway entrance assembly and be in strict compliance with the Elevator Contractor's requirements. 24. General contractor shall fill and grout around entrances, as required. 25. Elevator sill supports shall be provided at each opening. 26. All walls and sill supports must be plumb where openings occur. 27. Locate a light fixture and convenience outlet in pit with switch located adjacent to the access door. 28. A light switch and fused disconnect switch for each elevator should be located inside the machine room adjacent to the door, where practical, per the National Electrical Code (NFPA No. 70). 29. As indicated by elevator contractor, provide a light outlet for each elevator, in center of hoistway (or in the machine room). 30. For signal systems and power operated door: provide ground and branch wiring circuits, including main line switch. For car light and fan: provide a feeder and branch wiring circuits, including main line switch. 31. Wall thickness may increase when fixtures are mounted in drywall. These requirements must be coordinated between the General Contractor and the Elevator Contractor. 32. Provide supports, patching, and recesses to accommodate hall button boxes, signal fixtures, etc. 33. Locate telephone and convenience outlet on control panel. 34. Hoistway of elevator must be vented in accordance with the State of Maine code requirements. 35. Make permanent provisions to prevent accumulation of ground water in the pit. Drains and/or sump pump, where provided, shall be in accordance with applicable plumbing codes. A cover shall be provided over sump and be level with the pit floor. 36. When factory finishes are not required, painting contractor is to paint any primer finished passenger elevator entrances. 37. Provide 208 Volt, three phase, 60 cycles alternating current power supply through fused safety switch in the machine room and wired to the terminals of the elevator controller. Locate disconnect switch within 18” of the strike of the machine room door. See National Electrical Codes for specific design requirements. 38. Provide 120 volt, 15 amp, circuit for the car light, fans and alarm bell, and run to terminals of each elevator controller. Provide fused disconnect or circuit breaker for this circuit in the elevator room near the main disconnect switch. 10-5 ---PAGE BREAK--- 39. Provide telephone circuit on all elevators connected to terminals of each elevator controller. 40. Furnish and install the device in the car is by elevator supplier and is required prior to turning the elevator to the City. Device must be connected to service that is attended 24 hours a day. 41. Provide adequate machine room lighting (minimum 10 foot candles at floor) with switch located just inside machine room door. Lighting should be placed to illuminate all equipment including machine, controller, etc. 42. Provide ground fault design convenience outlets in machine room and elevator pit. 43. Electrical Contractor shall furnish and install smoke detector units in each elevator lobby and machine room as required by current ANSI A17.1 code. Detectors are required in hoistway which have sprinklers. 44. Electrical Contractor shall furnish and install a pair of signal feeders from the detectors to the terminals in the elevator controller for signaling activation of the detectors at any floor except the main floor. A second pair of feeders shall also be provided from the main floor detector to the terminal in the elevator controller to signal activation of detectors at main floor only. 45. Detector for elevators shall be zoned separately from detectors throughout the building whereby only elevator lobby detectors will initiate special “Fire Service” elevator operation. 46. Detectors for elevator shall not be self resetting. 47. Electrical Contractor is to provide temporary power as required by the Elevator Contractor for installation of elevator equipment. This includes necessary three phase power for installation of elevator equipment of the same characteristics as the permanent power to the elevator, and power for operating work lights, hoists, drill, etc. 48. Provide guarded pit lights (minimum 5 foot candles at pit floor) 18” inches above the pit floor. 49. All conduits and outlets in the elevator pit are to be of waterproof design. 50. Where elevator indicator, signal devices, operating switches, etc., are to be provided in location remote from the hoistway or elevator machine room, the Electrical Contractor shall furnish and install conduit from hoistway to location of operating and/or signal device. Final connection of indicators shall be by Elevator Contractor. Contact the Elevator Contactor for specific details on this type of installation. 51. Electrical Contractor is to provide and complete all speakers, devices, and power source for the public address and fire communication required by the high rise requirements of the building codes. Elevator Contractor is also to provide feeder from the controller to elevator car and aid electrical contractor in coordination and installation of system on elevator car. 52. When sprinklers are present in the hoistway and/or machine room, means shall be provided to automatically disconnect the main line power supply to the elevators prior to the application of water. 10.11 PERMITS AND APPROVALS: 1. The Design/Build Contractor shall obtain all permits, approvals, fees, licenses, inspections, etc., as may be required in connection with the work of this specification. The City will waive all City fees and permit costs. 2. The Design/Build Contractor shall execute all work to conform to the requirements of all Local, State and Federal laws, regulations, etc., applicable to the work. 10.12 ERRORS AND OMISSIONS: 1. Should any errors or omissions exist in the Proposal, the Contractor and/or subcontractors concerned, shall not avail themselves of such unintentional error, omission or conflict, but shall have same explained and adjusted before signing the Contract and proceeding with the work. Otherwise, each Contractor or subcontractor shall, at his/her own expense, supply the proper materials and labor to make good any damage to or defect in his/her work caused by such error, omission or conflict. 10-6 ---PAGE BREAK--- 2. Any items inadvertently omitted from the Proposal, which are necessary for the proper completion and operation of the work, and that can reasonably be inferred as belonging to the various systems, shall be supplied by the Contractor as part of his/her work under this section of the Specifications. 10.13 SHOP DRAWINGS: 1. The purpose of shop drawing submittals by the General Contractor is to demonstrate to the Director of Public Building that the Contractor understands the design concept, that he/she demonstrates his/her understanding by indicating which equipment and materials he/she intends to furnish and by detailing the fabrication and installation methods he/she intends to use with the above equipment. 2. This Contractor further agrees that the checking of Shop Drawings is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Any action shown on the Shop Drawings is subject to the requirements of the Specifications. 10.14 EXTRA WORK ORDERS - CREDITS: No extra work will be paid for unless authorized by the Director of Public Buildings in writing. Where extra work is required, the Design/Build Contractor shall provide an itemized account of the work involved and shall take into consideration any credits due or work omitted for any reason. Estimates shall clearly list such omitted work with proper credit given for same. 10.15 CONTINUITY OF SERVICE AND SCHEDULE OF WORK: The Design/Build Contractor shall arrange to do the work at such times, including weekends and non- business hours, and in such locations as may be required to provide uninterrupted service for the building, or any section of the building. Authorization for interrupting service shall be obtained, in writing, from the Director of Public Buildings. Costs for overtime work and temporary work shall be included in the bid. 10.16 PRECONSTRUCTION CONFERENCE: A Preconstruction Conference will be held between the Design/Build Contractor, Elevator Contractor and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Proposal, and the Regulations of the City, and such matters as project supervision, onsite inspections, progress schedules, reports, payrolls, payments to the Contractor, Contract change orders, insurance, safety and other items pertinent to this project. 10.17 WORKING HOURS: Efforts shall be made to schedule work between the hours of 6:00 a.m. and 6:00 p.m., or when official personnel are present in the building during the regular work week. The Contractor shall present a schedule of work at the Preconstruction Meeting. The Contractor shall have the option to work during non-business hours when the work may interfere with the normal operations of the Armory Building. A twenty-four (24) hour notice shall be required. 10.18 SAFETY The Design/Build Contractor shall barricade sidewalks and doorways and do any other work necessary to protect pedestrians below work being done on the interior and exterior of the building, and otherwise comply with any Federal, State, or Local Safety Regulations which are applicable. 10-7 ---PAGE BREAK--- 10.19 INTERIOR/EXTERIOR WALLS The Contractor shall take the necessary precautions to avoid damaging the interior or exterior walls, or any part of the existing building as a result of the demolition and installation work. The Contractor must get the Director of Public Buildings’ approval regarding the method of accessing the work areas. Additionally, any City property which is damaged as a result of the demolition and installation work shall be repaired or replaced by the Contractor at his/her expense. All sleeves for pipes passing through concrete walls, floors or ceilings, shall be supplied and installed by the Design/Build Contractor. 10.20 PRE-BID MEETING All Design/Build Contractors submitting proposals are required to attend a meeting held at the City Armory Building, at 65 Central Avenue, Lewiston, Maine on Thursday, March 1, 2012 at 10:00 A.M. The meeting will be held in the first floor Administration Conference Room. Attendance at this meeting by the Proposers or his/her qualified representative is a mandatory prerequisite for the acceptance of a bid from that Contractor. 10.21 CONCLUSION Proposals will be received at the Office of the Director of Budget/Purchasing, City Building, 27 Pine St., Lewiston, Maine 04240 until 2:00 P.M. on Tuesday, March 22, 2012. The consultant shall submit five copies of the proposals and one sealed fee statement with bid deposit enclosed. Proposals will not be opened until after the submittal deadline. 10-8