← Back to Lewiston

Document Lewiston_doc_7e4d8fe6c2

Full Text

CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS CONTRACT AND CONTRACT DOCUMENTS FOR POLICE DEPARTMENT BUILDING BOILER REPLACEMENT PROJECT Bid # 2013-054 PREPARED BY CITY OF LEWISTON BUILDING DIVISION ---PAGE BREAK--- TABLE OF CONTENTS PAGE NO. NOTICE TO CONTRACTORS N-1 PROPOSAL FORM P-1 CONTRACT FORM C-1 ADDENDA, IF ANY 1&2 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10-1 ---PAGE BREAK--- BID NO: 2013-054 BID DATE: 10/15/13 CITY OF LEWISTON, MAINE NOTICE TO CONTRACTORS Sealed Proposals for the POLICE DEPARTMENT BUILDING BOILER SYSTEM REPLACEMENT PROJECT which consists of obtaining competitive quotations from Mechanical Contractors to replace the existing Police Department boiler system with two high efficiency, condensing, gas, hot water boilers; replace the domestic hot water heating system with an indirect fired water heater; and to replace the heating system pumps as outlined or implied in this Document. 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 October 15, 2013 and then at said office publicly opened and read aloud. Each bidder 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 bidder 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 Mechanical Contractor submitting proposals are required to attend a meeting held at the Police Department located at 171 Park Street, Lewiston, Maine on Thursday, October 3, 2013 at 10:00 A.M. The meeting will be held in the Boiler Room. Attendance at this meeting by the Bidder or his/her qualified representative is a mandatory prerequisite for the acceptance of a bid 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: POLICE DEPARTMENT BOILER SYSTEM REPLACEMENT 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 bidder 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 bidder 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. 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. N-1 ---PAGE BREAK--- 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. The work is to be commenced within ten (10) days after the date of the contract unless otherwise specified in the Specifications or directed by the Director/Purchasing Agent, 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 bidder 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. “The City may set off any unpaid taxes, fees or other charges or other amounts owed by the contractor against the contract price, in full or partial satisfaction.” 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. Specifications can be obtained on the City Website at: www.lewistonmaine.gov under Purchasing and “Bids and Awards”. Contract documents can also be viewed at the following locations: Associated Constructors of ME, 188 Whiten Road, Augusta, ME 04330 Tel. no. 622-4741 Fax no. 622- 1625 Email: [EMAIL REDACTED] N-2 ---PAGE BREAK--- Portland Construction Summary of ME, Cross Insurance Building, 2331 Congress Street, Maine 04102 Tel. No. [PHONE REDACTED], Email: [EMAIL REDACTED] McGraw-Hill Construction, 3315 Central Avenue, Hot Springs, AR 71913 Tel. No. [PHONE REDACTED] Email: [EMAIL REDACTED] All questions by prospective bidders pertaining to the Contract Documents, 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. Bidders 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 or fax. The Special Provisions, 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. If the Bid Price of any or several bid items submitted with this Proposal appear to be extremely low or high, compared to the actual cost of performing the work, the Bidder may be asked to explain, in writing, how the work in question is to be performed at the price or prices bid before a decision is made by the City to award a Contract or reject the Bid. Proposals will be considered irregular and will be rejected for the following reasons: a. If the Proposal is on a form other than that furnished by the City or if the form is altered in any way. b. If there are unauthorized additions, conditional or alternate bids, or irregularities of any kind which may make the Proposal incomplete, indefinite, or ambiguous as to its meaning. c. If the Bidder adds any provisions reserving the right to accept or reject an award or to enter into a Contract pursuant to an award. d. If the Proposal does not contain a unit price for each pay item listed unless otherwise specified. e. If any of the bid prices are unbalanced, or do not reflect the actual cost required to perform the work, as outlined in the Plans and Specifications. N-3 ---PAGE BREAK--- CITY OF LEWISTON PROPOSAL FOR POLICE DEPARTMENT BOILER SYSTEM REPLACEMENT 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 1. 1 L.S. Replace Existing Boilers and Hot Water System with Two High Efficiency Gas Fired Hot Water Boiler and One Indirect Fired Water Heater as Specified: The undersigned acknowledges the receipt of Addenda . 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 Building. 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--- POLICE DEPARTMENT BUILDING BOILER SYSTEM REPLACEMENT PROJECT Contractor Qualification Statement Please answer the following questions completely; attach additional 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 five 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--- d. Project name and address: Owner name, address and phone number: e. Project name and address: Owner name, address and phone number: 4. List all Subcontractors, if not identified above: Form prepared Print or Type P-5 ---PAGE BREAK--- CITY OF LEWISTON, MAINE CONTRACT FOR POLICE DEPARTMENT BOILER SYSTEM REPLACEMENT PROJECT This Agreement, made and entered into this day in the year two thousand and thirteen, 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 1. 1 L.S. Replace Existing Boilers and Hot Water System with Two High Efficiency Gas Fired Hot Water Boiler and One Indirect Fired Water Heater as Specified: 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 said 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. Barrett, 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 proposals from mechanical contractors to replace the existing Police Station boiler system with a with two high efficiency, condensing, gas, hot water boilers; replace the domestic hot water heating system with an indirect fired water heater; and to replace the heating system pumps. The Scope of Work includes the following: Summary: Remove existing cast iron gas boiler and provide two condensing natural gas boilers. Each boiler shall be sized for approximately 60% of the 382,000 Btu/hr peak heating demand (minimum 229,000 Btu/hr each). Removals: Remove existing natural gas, cast iron, boiler, and associated breeching, gas piping, controls, hydronic piping, circulators, domestic hot water storage tanks, gas fired domestic water heater and unused concrete pad(s). Air separator may be salvaged for reuse. Provide a new boiler plant as follows: Natural Gas Boilers: Provide two boilers. Each boiler shall be condensing, natural gas fired, 94% minimum efficiency (AFUE), stainless steel heater exchanger, fire tube design, 5:1 turndown ratio, otsid air sensor, indirect water sensor, ASME certified, 229,000 Btu/hr DOE rating, 285,000 net IBR rating, direct vent, sealed combustion air, and manufactured in the USA. The commercial warranty shall be minimum 10 years on heat exchanger with a minimum non-prorated warranty for seven years. Manufacturer/model shall be Heat Transfer Products Elite FT 285, Lochininvar Knight, or Triangle Tube Prestige Solo. Provide external low water cutoff. Provide vent and combustion air pipe in abandoned chimney and/or inside building in new chase up through roof. Combustion air pipe shall be Sch40 PVC. Vent shall be Sch40 PVC pipe or polypropylene piping by Centrotherm Innoflue. Vent and combustion air piping on the first and second floor shall be concealed in a chase. Provide schedule 40 PVC condensate drain with neutralizing kit piped to floor drain. Install neutralizing kit with unions on each end. Must be able to visually see neutralizing agent. Heating hot water piping: Type L copper (soldered connections or Pro-press) or Schedule 40 steel piping (threaded or welded). Provide bronze fittings or dielectric unions between dissimilar metals. Provide primary secondary loop to connect new boilers into existing piping by installing two closely spaced tees in the new boiler supply header and boiler return header. Close bypass valves at the end of each existing zone loop. Pipe Insulation: Fiberglass with all-service jacket, PVC fitting covers. 1” thick for 1.5” diameter piping and smaller and 2” thick for 2” diameter piping and larger. 10-1 ---PAGE BREAK--- Circulator: Existing circulators and flo-checks shall be removed. Provide a main circulating pump and a standby pump. Piping shall be reconfigured for primary-secondary pumping. Provide circuit setter on each existing zone for balancing. Circulator shall be variable speed pump ECM motor. Pump shall have internal relays for connection to an energy management system to control pump on/off and for an alarm output. Circulators shall have lead/lag control and shall automatically switch over upon circulator failure. (this can be provided with the internal controls of the circulator.) Upon failure, alarm shall be sent to the energy management system (by others). Taco Viridian, Grundfos Magna or approved equal. Natural Gas Piping: Schedule 40 black iron pipe. Expansion tank: Reuse existing. Air Separator: Relocate existing air separator or provide new air separator, Taco 4900 or approved equal. Provide new automatic air vent. Controls: Provide two stage boiler control and outdoor reset. Utilize the boiler internal controls for this feature. Provide domestic hot water priority for the water heater through the boiler controls. Trane will connect their energy management system to each boiler output alarm under a separate contract. Circulator shall run whenever a heating zone calls for heat. (Refer to circulator paragraph above for additional circular controls.) Provide control valves at unit heaters and cabinet heaters to prevent water flow through the heaters when there is no demand for heating in the associated space. Valves shall be powered to open. Taco Zone Sentry or Honeywell. Water Heater: Stainless steel indirect water heater, 119 gallon tank, 235 gallons per hour output, 0.5 degree per hour heat loss maximum, 7 year commercial warranty. Heat Transfer Products SSU-119 or approved equal. Provide thermostatic mixing valve. Reconnect domestic hot water return piping. Connect to boiler controls with domestic hot water priority. Construction Sequence: The facility will be occupied during the project. Domestic hot water may be turned off twice; each for a maximum 24 hour period. Heating system may be off for a period of seven days. Shutdown shall be coordinated with the Director of Public Buildings. Install the new boilers while maintaining the existing domestic hot water system. After the new boilers have been installed and the heating system is running, replace the domestic water heater. Rebates: The high efficiency boilers and water heaters must meet or exceed the requirements of Efficiency Maine who is offering rebates. You can contact Efficiency Maine either by email: efficiencymaie.com or by phone at 1-[PHONE REDACTED]. Testing and Balancing: Provide water testing and balancing report for each circulator and each zone. Miscellaneous: This Mechanical Contractor will be considered the Prime Contractor, and will carry and coordinate all work of sub trades needed to complete the project. 10-2 ---PAGE BREAK--- The Mechanical Contractor shall include all materials, equipment, control equipment, tools, services and supervision necessary to furnish, deliver, unload, install, test/balance, system training, and to place 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 HVAC system and necessary in good practice to provide a complete and satisfactory system. 10.2 TIME LIMIT: The Contractor shall complete all of the work outlined in the Contract Documents by December 1, 2013. 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. 10.3 PROPOSAL AWARD OR REJECTION: It is the intent of the City to award a contract within ten (10) 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. 10.4 BID SECURITY AND BONDS: The Mechanical Contractor will be required to provide a bid security of 10% for the total project. 10.5 SITE INVESTIGATION: The Mechanical Contractor shall examine the site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, constructability and services required to complete the project as required by the Contract Documents and all other aspects of the work. 10.6 CODES, ORDINANCES AND STANDARDS: All mechanical systems work shall conform to the applicable laws, ordinances and codes and shall be subject to the public authorities having jurisdiction. In addition the following codes shall be complied with: International Mechanical Codes Maine State Internal Plumbing Codes Maine Fuel Board Rules NEC NFPA 90A ASHRAE 90.1-2010 NEBB AABC 10-3 ---PAGE BREAK--- Proposing Contractor(s) who are aware of unpublished requirements of such codes and ordinances shall inform the Engineer, in writing, at least four days before the end of the bidding period of such requirements and include in their bid price the difference in cost to satisfy such requirements. 10.8 REMOVAL OF THE EXISTING HVAC SYSTEM Removal of the existing Boiler System and hot water system will be the responsibility of the Mechanical Contractor. The Mechanical Contractor must submit, in writing, the plan of action for the removal of all or portions of the existing Boiler System at the Pre-Construction Meeting and must receive approval from the Director of Public Buildings before initiating any construction. 10.9 BOILER SYSTEM PIPING Piping in areas with no finished ceilings (exposed construction) shall be exposed such that all piping are parallel or perpendicular to walls. Execute all work to conform to the requirements of all Local, State and Federal laws and regulations. The current piping system shall be modified, if needed, to accommodate any new work for the installation of the boiler system. If required, permits will be the responsibility of the Contractor. Any work that involves disruption of utility services to the building will require scheduling with City officials, and will likely require after hours work. The cost of this work should be included in the design/build proposal. 10.10 WORK CONDITIONS The City intends to occupy the building during this project, and conduct its normal business. Certain inconveniences are to be expected, but the City requests that disruption to the City’s work should be minimized. The Contractor shall install the new boiler system anytime between October 8, and December 1, 2013. The City will provide a schedule of meetings and events that will prevent any work from occurring in the building. It will be the Contractor’s responsibility to schedule their work in advance for work in areas that will require the relocation of employees. Mechanical and electrical equipment shall operate without objectionable noises or vibrations, as directed by the Director of Public Buildings. If such objectionable noise or vibration should be produced and transmitted to occupied portions of the building by apparatus, piping, ducts or any other part of mechanical and electrical work, the Contractor shall make necessary changes and additions, as approved, without additional cost to the City. 10:11 ELECTRICAL INSTALLATION: The Contractor will be responsible for all electrical equipment, panels, conduit, wires and testing work required for the installation of the HVAC system. In addition, the Contractor shall wire and connect all equipment as required, furnish and install all required systems and equipment grounds in accordance with the requirements of the National Electrical Code and secure and pay for all permits and certificates as required by Local, State and Federal laws. All work shall be in accordance with the latest issue of the National Electrical Code. Local permit fees shall be waived. 10-4 ---PAGE BREAK--- The Contractor shall meet the following requirements for wiring materials. All raceways shall be securely supported in accordance with code requirements. Wiring in areas with no finished ceilings (exposed construction) shall be exposed overhead such that all raceways are parallel or perpendicular to the walls. All wiring shall be UL labeled and indicate manufacturer’s name, type and size. All work shall be in accordance with the National Electrical Code requirements as amended to date, with the local electric utility company’s rules, the Fire Underwriters’ requirements and all local, State and Federal laws and regulations. All equipment shall be Underwriters’ listed. All electrical work must be completed by a State of Maine Registered Master Electrician. 10.12 TEST AND BALANCING OF SYSTEM 1. After the installation is completed and ready for operation, the Mechanical Contractor shall test the systems under normal operating conditions. 2. All controls should be checked out by the Control Contractor and be operating correctly prior to start-up of the system. Final set points and adjustments shall be made during or after the balancing. All lubrication, electrical connections, air filters, etc., necessary for proper operation of the system shall be completed prior to start-up of the system. 10.13 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. The Mechanical Contractor shall visit the building site and shall take such measurements as necessary for him/her to determine the actual conditions and follow these specifications so that he/she may properly install his/her work. 3. 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 Building, prior to the submittal of this Contractor’s bid and before any of such items are ordered. 10.14 PERMITS AND APPROVALS: 1. The Mechanical 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 Mechanical Contractor shall execute all work to conform to the requirements of all Local, State and Federal laws, regulations, etc., applicable to the work. 10-5 ---PAGE BREAK--- 10.15 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. 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. 10.16 WORKMANSHIP AND INSTALLATION: All work performed under your Proposal shall be of the highest quality and conform to accepted standards of the trade, OSHA regulations, N.F.P.A. standards and the recommendations of the ASHRAE standard and guides. 10.17 SHOP DRAWINGS: 1. The purpose of shop drawing submittals by the Mechanical 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 Mechanical 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. 10.18 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 Mechanical 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. 10.19 GUARANTEE: The Mechanical Contractor shall and hereby does warrant and guarantee that all work executed under this Proposal shall be free from defects of materials and workmanship for a period of one year from the date of final acceptance. This Contractor shall further warrant that all materials furnished under this division and work executed under this division are in accordance with all applicable laws, regulations, codes, etc. 10-6 ---PAGE BREAK--- 10.20 CONTINUITY OF SERVICE AND SCHEDULE OF WORK: The Mechanical 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. 10.21 PRECONSTRUCTION CONFERENCE: A Preconstruction Conference will be held between the Mechanical 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. 10.22 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 interferes with the normal operations of the Police Department Building. A twenty-four (24) hour notice shall be required. 10.23 SAFETY The Mechanical 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. 10.24 INTERIOR/EXTERIOR WALLS The Mechanical 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. The Mechanical Contractor staff shall make any adjustments to the interior walls and framework necessary for a complete and finished appearance. The City shall restore interior walls and woodwork to original finish and appearance. All sleeves for pipes passing through concrete walls, floors or ceilings, shall be supplied and installed by the Mechanical Contractor. 10-7 ---PAGE BREAK--- 10.25 PRE-BID MEETING All Mechanical Contractors submitting proposals are required to attend a meeting held at the Police Department Building located at 171 Park Street, Lewiston, Maine on Thrusday, October 3, 2013 at 10:00 A.M. The meeting will be held in the Boiler Room. Attendance at this meeting by the Bidder or his/her qualified representative is a mandatory prerequisite for the acceptance of a bid from that Contractor. 10.26 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, October 15, 2013. Proposals will not be opened until after the submittal deadline. 10-8