addendum #1 to town rfp

Upload: cantoncompass

Post on 02-Jun-2018

220 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/11/2019 Addendum #1 to Town RFP

    1/42

    ADDENDUM #1

    Design/Build Services for the new: Canton Public Works Facility

    DATE: May 14, 2014

    The following changes to the Drawings and Project Specifications shall become a part of the Drawings

    and Project Specifications; superseding previously issued Drawings and Project Specifications to theextent modified by Addendum No. 1.

    Changes to Addenda:

    1. Delete the word draft updated from Cover Page date. Date issued is May 14, 2014

    2. Division 2: Design/Build Performance Specifications: are included in this bid Addendum.

    3. Owner provided and installed Furniture, Fixture and Equipment List are included in

    this bid Addendum.

    4. Wage Rates: Current Wage Rates will be provided in a future Addendum.

    The bid dates are unchanged by this Addendum.

    The Addendum consists of forty-two (42) pages of 81/2 x 11 text including this Addendum

    End of Addendum 1

  • 8/11/2019 Addendum #1 to Town RFP

    2/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    SITE-CIVIL

    All site/civil designs shall be completed by a Connecticut-licensed Professional Engineerand all landscape design shall be completed by a Connecticut-licensed Landscape

    Architect. The layout, configuration, and materials of construction for site components

    including, but not limited to, stormwater management systems, curbing, drives and

    parking lots, signage and pavement markings, sidewalks and associated site amenitiesshall be designed per Town of Canton regulations, applicable building codes, and shall

    meet all applicable accessibility requirements. The design-builder shall be responsible

    for obtaining all local, state and federal land-use permits, as applicable.

    Utilities

    Stormwater

    Stormwater management systems and quality shall be designed and configured per the

    Connecticut Department of Energy & Environmental Protection (DEEP) 2004

    Stormwater Quality Manual. Hydraulics, hydrology and stormwater facilities shall bedesigned per the Town of Canton requirements. Design shall be sufficient for permitting

    requirements through the Town of Canton.

    Domestic Water and Fire Protection

    Domestic water and fire protection shall be sized and configured in coordination withbuilding demand and Town of Canton Water Pollution Control Authority (WPCA)

    requirements. All pipe sizing, fire hydrant locations and all other appurtenances

    including, but not limited to, water meters, curb stops, gate valves, etc. shall becoordinated with the WPCA, the local fire marshal, and applicable codes.

    Sanitary

    Sanitary facilities shall be designed per the Canton WPCA requirements. Maximum

    cover over sanitary piping shall be per the pipe manufacturers recommendations.

    Electric

    Electric service shall be sized and configured to meet building demands in coordination

    with the electric engineer and Northeast Utilities (NU). Design of power supplies shall becompleted in accordance with NU standards and specifications, Town of Canton

    regulations, and applicable codes. Provide separation between transformer and generatoras required by NU.

    Canton Public Works ComplexDesign/Build RFPPage 1

  • 8/11/2019 Addendum #1 to Town RFP

    3/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    Telecommunications

    Telecommunications shall be sized and configured to meet building demands in

    coordination with the architect and the local providers standards and specifications.

    Oil-Water Separator

    An appropriately sized oil-water separator shall be provided to receive wastewater from

    the maintenance & storage areas, as well as the vehicle wash. Designer-Contractor is

    responsible for obtaining, from CT DEEP, the General Permit for the Discharge of

    Vehicle Maintenance Wastewater, or any other discharge permit that is required.

    Natural Gas

    Building heat shall be provided by natural gas. Coordinate with applicable utility

    providers and Town of Canton requirements.

    Fuel Station(s)

    Provide two (2) on-site fuel station(s), as required by Canton Public Works. One station

    shall include a new above-ground 6,000-gallon tank and one station shall includerelocating the existing 4,000-gallon above-ground tank from the existing DPW facility.

    Fuel stations shall be designed per NFPA 30A, DEEP regulations, Town of Canton

    requirements, and shall be placed on an appropriately sized reinforced concrete pad witha positive limiting barrier, appropriate signage, bollards and stairs to fill the tank ports.

    Fuel stations shall include all necessary appurtenances, including but not limited to the

    following:

    New Above-Ground Tank (all items are new) 6,000-gallon double-walled AST

    Base slab

    Vent package

    Fill limiter

    Fuel port

    Wayne S-1 dispenser

    Morrison gauge

    FE Petro submersible pump

    Tank monitoring system

    Fuel management system

    Provisions for metered feed to emergency generator

    Canton Public Works ComplexDesign/Build RFPPage 2

  • 8/11/2019 Addendum #1 to Town RFP

    4/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    Relocated Above-Ground Tank (all items are new except AST)

    4,000-gallon AST

    Base slab

    Fuel port

    Wayne S-1 dispenser

    Morrison gauge

    FE Petro submersible pump

    Tank monitoring system

    Fuel management system

    Site

    Concrete

    Concrete shall be designed per the Connecticut Department of Transportation StandardSpecifications for Roads, Bridges and Incidental Construction (Form 816), latest revision,including all supplements.

    Bituminous Pavement

    Bituminous pavement shall be designed per Form 816. Top course shall be minimum 2-

    1/2 inches of Class 2 bituminous concrete and bottom course shall be minimum 1-1/2inches Class 1 bituminous concrete, unless thicker sections are required by the

    geotechnical engineer.

    The pavement base material shall consist of 6 inches of Processed Aggregate (ConnDOTM.05.01) over 12 inches of Bank Run Gravel (ConnDOT M.02.06, Gradation A) or as

    recommended by the Geotechnical Engineer.

    Pavement markings shall be per Form 816 and striping layout shall be per the Town of

    Canton zoning requirements.

    Curbing

    Curbing shall be designed per Form 816 and the Town of Canton zoning regulations.

    Earthwork and Retaining Walls

    Site grading, including retaining walls, shall be designed to produce a balanced site. If

    the existing material is not suitable for reuse under the building or paved areas (as

    Canton Public Works ComplexDesign/Build RFPPage 3

  • 8/11/2019 Addendum #1 to Town RFP

    5/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    determined by the Geotechnical Engineer), the Designer-Contractor is responsible forimport of any new fill material required.

    Earthen slopes shall not exceed 2(H):1(V), unless otherwise directed by a geotechnicalengineer. Permanent slope stabilization shall be provided as directed by a geotechnical

    engineer. Retaining walls shall be designed based on site geotechnical conditions and

    constructed of cast-in-place concrete or segmented concrete blocks. Railings, handrails,and guardrails shall be designed per the Connecticut Building Code, latest edition.

    There shall be four (4) bulk material storage bins, made up of nine (9) 20-foot jersey

    barriers.

    Erosion Control

    Erosion control shall be designed per DEEPs 2002 Connecticut Guidelines for SoilErosion and Sediment Control (Bulletin 34) and applicable Town of Canton regulations.

    Landscape Design

    Topsoil

    The area within the limits of disturbance shall be cleared and grubbed. All stumps and

    rocks shall be removed. Existing topsoil shall be stockpiled, screened, and amended. A

    soil analysis shall be performed by a qualified soil testing laboratory and amended per

    their recommendations. Excess topsoil shall be Town property and shall be relocated, bythe Contractor, to a location within the Town.

    Plantings

    Plantings shall be designed per the Town of Canton zoning regulations and sufficient for

    permitting. Additionally, the Town requires an evergreen buffer between the facility and

    Commerce Drive. Plantings shall consist of native, low-maintenance, drought-tolerant

    species suitable for the context of the facility.

    Provide a (20) foot tall aluminum flagpole, concrete base, associated hardware and ground

    weather resistant recessed up LED light to be controlled via a photocell. Location to bedetermined.

    Canton Public Works ComplexDesign/Build RFP

    Page 4DESIGN/BUILD PERFORMANCE SPECIFICATION

  • 8/11/2019 Addendum #1 to Town RFP

    6/42

    ARCHITECTURAL/STRUCTRAL SYSTEMS

    DESIGN CRITERIA

    All structures will be designed in accordance with 2003 International Building Code/2009

    Connecticut Supplement and the International Energy Efficiency Code. The minimum designcriteria as provided by the code, includes dead, live, and gravity loads, and wind and seismic

    loads. Dead loads consist of the weight of architectural, structural, mechanical and electricalsystems. Live, wind and seismic loads are outlined in the Design Criteria following this

    narrative. Please note, codes may change at the time of your design. They should be

    incorporated into your project.

    FOUNDATIONS

    A geotechnical report shall be required to provide recommendations for the foundation system,excavation and backfilling requirements. The geotechnical engineers recommendations shall be

    incorporated into the design of the building foundations. Spread footings and slab-on-grade

    conventional footings shall be considered for the all structures, including the salt-sand shed.Foundations and slabs needed for the generator, fueling station and material storage bins.

    LATERAL LOAD RESISTING SYSTEM

    Lateral load resistance to horizontal wind and seismic loads will be designed by the pre-

    engineered structural engineer of record. In order to transfer horizontal (wind and seismic) loads

    to the lateral load resisting system, horizontal diaphragms will be required. The Design/BuildGeneral Contractor is responsible to size all structural members, connections, spacing,associated with the design and construction of the superstructure. The structure shall bedesigned to support the loading of a future solar paneled system across the entire roofarea.

    Pre-Engineered Steel Structure:

    Provide a complete, integrated set of metal building system manufacturer's standardmutually dependent components and assemblies that form a metal building system

    capable of withstanding structural and other loads, thermally induced movement, andexposure to weather without failure or infiltration of water into building interior. Include

    primary and secondary framing, metal roof panels, metal wall panels and accessories

    complying with requirements indicated. Rigid Clear Span: Solid-member, structural-framing system without interior columns. End-Wall Framing: Manufacturer's standard,

    for buildings not required to be expandable, consisting of load-bearing end-wall and

    Canton Public Works ComplexDesign/Build RFP

    Page 5

  • 8/11/2019 Addendum #1 to Town RFP

    7/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    corner columns and rafters. Secondary Frame Type: Manufacturer's standard purlins,girts, eave struts, base members, flange bracing, gable angles, clips and miscellaneousstructural parts. Provide metal building systems capable of withstanding the effects ofgravity loads. Engineer metal building systems according to procedures in MBMA's

    "Metal Building Systems Manual. The structural design shall conform to therequirements of the Connecticut State Building Code and latest edition of referenced

    standards. Roof Snow Loads: Include vertical loads induced by the weight of snow,minimum load of 40 psf (or min code requirement). Allow for unbalanced and driftloads. Comply with requirements of the Connecticut State Building Code. Wind Loads:

    Include all roof and wall loads required by the Connecticut State Building Code.Thermal Movements: Provide metal panel systems that allow for thermal movements

    resulting from the following maximum change (range) in ambient and surface

    temperatures by preventing buckling, opening of joints, overstressing of components,failure of joint sealants, failure of connections and other detrimental effects. Base

    engineering calculation on surface temperatures of materials due to both solar heat gainand nighttime-sky heat loss.

    It should be noted that the proposed design/builder may provide an alternative structuralsolutions for consideration if they yield a cost effective approach. This approach should

    not compromise the longevity and structural soundness of the superstructure.

    Salt and Sand Structure

    The building manufacture shall use standards, specifications, recommendations,

    findings and/or interpretations of professionally recognized groups such as ASCE, AIS,

    AISC, AISI, AWS, ASTM, MBMA, Federal Specifications, and unpublished research

    by MBMA as basis for establishing design, drafting, fabrication, and quality criteria,

    practices, and tolerances. A three-sided open structure with wood paralam and/or

    galvanized steel structure. Metal or shingle roofing system (min. 30 year warranty).

    Foundations shall be 10 feet tall to withstand the lateral loading of the material storage.

    The minimum clear opening to allow for entry and exit of equipment and materials

    shall be thirty feet height (30-0).

    Metal Bollard encased in concrete footings shall be placed at all corners of the structure

    and at the buildings opening.

    The loading ramp shall be the full width of the building opening, as shown on the

    conceptual site plan, to allow for access of material to be delivered. The design/builder

    must allow for proper maneuverability in and out of the structure. Thus the sub-base and

    chosen surface material must handle the loading of the materials (salt/sand).

    In all instances, however, the manufacturers design, drafting, fabrication and quality

    criteria, practices, and tolerances shall govern, unless specified by contract documents

    Canton Public Works ComplexDesign/Build RFPPage 6

  • 8/11/2019 Addendum #1 to Town RFP

    8/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    Shop fabricated framing components to indicated size and section with base plates,

    bearing plates, stiffeners, and other items required for erection welded into place.

    Cut, form, punch, drill, and weld framing for high strength bolt assembly

    Primary Framing Members

    Manufacturers standard structural primary framing system designed to withstand

    required loads and specified requirements; primary framing includes transverse

    and lean to frames; rafter, and canopy beams; sidewall; intermediate; end wall; and

    corner columns; and wind bracing

    Plywood and Blocking

    All plywood must be marked with the grade of recognized association or independentinspection agency. The mark shall identify the plywood by species, span rating,exposure durability, and grade. All wall sheathing shall be C-D grade, exposure 1 and aminimum thickness of 5/8 inch. All framing lumber in contact with the concrete

    foundation system must be preservative treated lumber (wood sills, soles, plates, furring,and sleepers that are less than 24 inches from the ground or furring and nailers that areset in or in contact with concrete or masonry). All preservative treated lumber must be

    No.1 grade or greater. All preservative treated products must meet the American WoodPreservers Association Standards. All framing lumber and boards must be air or kiln dry

    lumber. All framing lumber or boards must have maximum moisture content of 19%. Allrough hardware shall be of the type, size, and spacing necessary for the project

    requirements. Sizes, types, and spacing of fastening of manufactured building materialsshall be as recommended by the product manufacturer. All fasteners embedded in or incontact with preservative treated wood, concrete, or masonry products shall be zinc-coated. All wood blocking shall be properly sized and shaped at locations requiringinstallation or attached to fixtures, kitchen cabinets, and equipment.

    Cabinetry and CaseworkProvide 42 inch height upper cabinets with double doors each unit as applicable, 5/8 inch

    thick plastic laminated doors with concealed hinges and 4 inch wire pulls. Lower Base

    cabinets with plastic laminate doors and drawers with concealed hinges and 4 inch wirepulls. Provide a handicapped accessible sink counter and work surfaces as required by

    code. Counter height must be the required height, depth, and thickness. Provide a plasticlaminate countertop and 4inch plastic laminate backsplash. Plastic Laminate shall be

    .050) inch General Purpose grain, in range of colors and patterns, smooth surface.

    Canton Public Works ComplexDesign/Build RFPPage 7

    DESIGN/BUILD PERFORMANCE SPECIFICATION

  • 8/11/2019 Addendum #1 to Town RFP

    9/42

    Thermal and Moisture Protection

    Damproofing

    Provide Bituminous Damproofing to concrete foundation walls. Prime surfaces at a rateof 1 gallon per 100 square feet. Cold Bitumen by spray or trowel.

    WaterproofingProvide sheet rolled Stego (or equivalent) wrap under the entire slab on grade. Tape and

    seal all penetrations. Coordinate placement with radiant floor slabs.

    Air Infiltration Barrier

    Provide sheet and sealant materials to provide a continuous air infiltration barrierthroughout the building envelope. See drawings for general locations.

    Rigid Insulation

    Provide Polystyrene Insulation at perimeter foundation wall and against concrete slabs.Provide a minimum thermal resistance rating of 5.4R per inch and to meet the building

    code and a 15 psi of compressive strength. Make sure all edges are square. Adhere allboards to maximizing bonding contact. Stagger all joints and butt edges tight to each

    other. Tape all joints with compatible material.

    Provide 100psi under all radiant slabs within the storage areas where vehicles and/orheavy weight equipment will be stored.

    Batt and Blanket Insulation

    Provide Batt and Blanket insulation at all exterior walls, ceilings and for perimeterwindow and door shims spaces and crevices in the exterior wall and roof. The

    superstructure must meet the current International Energy Efficiency Code. Batt and

    Blanket Insulation to be glass fiber kraft faced. A thermal break is required between the

    roof decking/roofing and the steel superstructure. Provide foil faced only at exposedsurfaces. All thermal resistant ratings must meet all applicable building energy codes.Closed Cell blown-in insulation can be used if fully encapsulated behind sheetrock

    and/or other applicable materials.Please note: you most meet the current internationalenergy efficiency code for the building envelope (walls, roofs and floor

    slabs/foundations). Provide thermal breaks at all steel connections between the building

    faade and buildings structure.

    Canton Public Works ComplexDesign/Build RFPPage 8

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    Provide sound attenuation to the ceiling height in interior walls located in the following:

    Offices and public restrooms.

    Gutters and DownspoutsProvide an extruded aluminum gutter, .050 minimum thickness, baked enamel finish,color: white. Downspouts to be 6 in diameter to discharge into the undergroundperimeter storm drainage system. Primed and Painted Cast Iron boots (4 feet above

  • 8/11/2019 Addendum #1 to Town RFP

    10/42

    grade) will connect to the underground system. Locations to be determined in the fieldby the Owner. All straps and connectors to match adjacent material.

    Doors and Windows

    Exterior and Interior DoorsRefer to drawings for size, type, and fire-rating of all doors. All steel doors to be sheetsteel not less than 16 gage in thickness. All exterior doors must be sheet steel hot-dipped

    zinc coated to a minimum .60 oz/sq.ft. All doors which are fire rated must have requiredlabel attached. All interior steel frames shall be not less than 16 gage in thickness.

    Exterior (heated/unheated spaces) frames shall not less than 14 gage in thickness and hot-dipped zinc coated to a minimum .60 oz/sq.ft. All interior wood doors to be 1 3/4 in

    thickness, solid core construction. Non-rated or rated. Wood veneer facing to be red oak,

    rotary cut, natural with a stained finish. Provide astragals at double doors.

    Door Hardware

    All door hardware to meet applicable fire ratings and accessibility requirements. All

    locksets to be lever handled. Hardware finishes to be selected by the Owner. Providedead bolt cylinders at all egress doors. All door hardware to be commercial heavy duty

    grade. All locks and cylinders shall be master keyed as directed by the Owner. All doorswill be mastered to the grand master serving the Town of Canton or as directed by theOwner. All entrance doors shall be sub-mastered for fire station personnel. Another sub-

    master will be required for a second group of locks to be identified by the Owner. All

    master keys shall be delivered to the Owner as directed.

    Tag all change keys with temporary cardboard tags, using the final room numbers to bemarked on the doors as indicated on the drawings. All tagged keys shall be turned over

    to the Owner. Provide the following: 3 per cylinder and Master keys 6 per master key

    set.

    Overhead Doors

    Provide raised panel overhead doors (min R value of 6) with standard lift operating stylewith track, hardware and electric motor with manual chain override. Design and sizecomponents to withstand dead and live loads caused by pressure and suction of windacting normal to plane of wall as calculated in accordance with the State of Connecticut

    Building Code. Panels: Flush steel construction; outer steel sheet of 28 gage thick,

    Canton Public Works Complex

    Design/Build RFPPage 9

  • 8/11/2019 Addendum #1 to Town RFP

    11/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    paneled profile (front doors); inner steel sheet of 28 gage thick, flat profile; core

    reinforcement of 16 gage thick sheet (G60 galvanization) steel roll formed to Z-shape,

    rabbeted weather joints at meeting rails; heavily insulated. The doors must provide the

    proper U-value to meet the current building and energy codes at the time of construction.Glazed Lights to be 2 rows of full width insulated glazing as indicated in the elevations

    set in place with resilient glazing channel. Provide an 11 gage thick; 3 inch wide rolled

    steel track, continuous one piece per side; galvanized steel mounting brackets, 1/4 inchthick. Heavy duty hinges and adjustable roller holders of galvanized steel; floating

    hardened steel bearing rollers, located at top and bottom of each panel, each side. Lift

    Mechanism with torsion spring on cross head shaft, with braided steel lift cables.

    Manual Operation A maximum exertion of 25 lbs force. Provide sill and jamb weather-stripping. Inside side mounted, adjustable keeper interior handle with no lock. Provide a

    1/2 hp; manually operable in case of power failure, transit time of 12 inches per second,

    120 volts, one phase, 60 Hz., 20 amperes maximum circuit breaker size with over

    current protection, and 85 percent minimum power factor at rated. Control Station (atdoor jambs): Standard three button (open-close-stop) momentary type, control for each

    electric operator; 24 volt circuit, surface mounted. Central Control Station: 3 controls

    (one for each operator) ganged and recessed in a room determined by the owner.Standard three button (open-close-stop) momentary type, 24 volt circuit. Provide with

    circuitry and raceways. Integrate with relay switch to open all front doors on signal from

    central signal. Radio Control Antenna Detector: 120 VAC, UHF radio range with specialdelay circuits for maximum security. Two (2) receivers shall be provided for each door.

    Hand Held Transmitter: Digital control, re-settable. Provide one transmitter for each

    door. Safety Edge: At bottom of door panel/track, provide photoelectric sensor andpressure sensors.

    Provide high lift track system in the vehicle maintenance and storage areas to clear the

    vehicles when they are being serviced.

    Provide weather/water protected doors at the wash bays: Aluminum Alloy Frame

    Corrosion resistant aluminum stiles and rails provide a strong durable frame with auniform stile thickness for fastener holding power. Provide a powder coat finish, all sides.

    The aluminum rails shall be beveled, a tongue and groove meeting rails are beveled to

    shed moisture and eliminate water traps. A double panel seal is required at each door. Allfasteners, components and other assemblies must be aluminum and or stainless steel. All

    electronic equipment must be waterproof per NEMA guidelines.

    Access DoorsProvide (2) two feet by two feet metal access door (fire rated) as needed.

    Exterior Windows

    Provide aluminum double hung, thermally broken windows. Sizes and profile shown on

    the drawings. Provide double insulated glazing with low emissivity glazing, clear

    annealed glass, and argon filled, aluminum insect screens, and standard lock and keeper.

    Canton Public Works ComplexDesign/Build RFPPage 10

  • 8/11/2019 Addendum #1 to Town RFP

    12/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    Provide 4 thick R-20 Kallwall Translucent wall panels. ASTM E 331 Water

    Penetration, ASTM E283-91 Air Leakage, ASTM E330-90 Structural Performance

    Finishes

    Gypsum Board AssembliesProvide fire rated gypsum board and impact resistant where applicable, 5/8 inch thick,

    UL rated, maximum permissible length; ends square cut, tapered edges. Provide impactresistant gypsum board in all areas. Provide Moisture Resistant Gypsum Board (MR): 5/8

    inch thick, maximum permissible length; ends square cut, tapered edges. (for restrooms

    and/or wet locations). Provide metal corner beads, edge trims, and reinforcing tape, jointcompound (3 coats), but not limited to. Install as per manufacturers standards and

    recommendations.

    Resilient FlooringProvide 12 inch by 12 inch vinyl composite tile as noted in the plans. Provide rubber

    base in all rooms noted above. Provide two color types, Owner to select colors. Provide

    one case of extra tiles for the Owners use.

    Acoustical Ceiling Tiles

    Provide 2 feet by 4 feet nominal suspended ceiling system in all areas identified on the

    plan or finish schedule.Color: white, with minimum flame spread rating, noise reduction coefficient for applicable

    Provide (50) extra 2 feet by 4 feet panel for the Owners future use.

    Paint

    The following are a list of surfaces to receive paint and/or coated products. Apply all

    applications as per manufacturer recommendations. All surfaces listed are for reference

    and may not apply to this project. The design/build contractor shall evaluate whichsurfaces are applicable. Provide (1) gallon of extra primer, paint, and stain.

    A. Wood - Painted (Opaque):

    1. One coat of latex primer sealer.

    2.

    Two coats of acrylic latex enamel, semi-gloss.B. Concrete: Concrete floors : Rooms 101,102,106

    1. One coat of primer sealer latex.

    2. One coat of latex, flat.C. Steel - Unprimed:

    Canton Public Works ComplexDesign/Build RFPPage 11

  • 8/11/2019 Addendum #1 to Town RFP

    13/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    1. One coat of alkyd primer.

    2. Two coats of alkyd enamel, gloss.D. Steel - Shop Primed:

    1. Touch-up with zinc chromate primer.2. Two coats of alkyd enamel, gloss.

    E. Steel - Galvanized:1. One coat galvanize primer.2. Two coats of alkyd enamel, gloss.

    F. Aluminum - Mill Finish:1. One coat etching primer.

    2. One coat of alkyd enamel, gloss.G. Wood - Painted:

    3. One coat of latex prime sealer.4. One coat of latex enamel, semi-gloss.

    H. Wood - Transparent:1 Filler coat (for open grained wood only).

    1.

    One coat of stain.2. One coat sealer.

    3. Two coats of varnish, satin.I. Concrete, Concrete Block (Vitreous Paint):

    1. One coat of block filler.

    2. Two coats of polyester epoxy, solvent or water-based, gloss or semi-gloss coating.

    J. Steel - Unprimed:1. One coat of latex primer.

    2. Two coats of latex enamel, gloss.

    K. Steel - Primed:

    1.

    Touch-up with latex primer.2. Two coats of latex enamel, gloss.

    L. Steel - Galvanized:

    1. One coat galvanize primer.2. Two coats of latex enamel, gloss.

    M. Aluminum - Mill Finish:

    1. One coat etching primer.2. One coat of alkyd enamel, gloss.

    N. Concrete Floor Coating1.

    One coat of primer

    2.

    One coat of a polymeric compound, 100% solids membraneO. Gypsum Board:

    1. One coat of latex primer sealer.2.

    Two coats of latex enamel, eggshell.

    P. Gypsum Board (Moisture Resistant):

    Canton Public Works ComplexDesign/Build RFPPage 12

  • 8/11/2019 Addendum #1 to Town RFP

    14/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    1. One coat of latex primer sealer.2. Two coats of polyester epoxy, solvent or water-based, gloss coating.

    Specialties

    Interior Signage

    Provide plastic faced two color/tone signs at all doors. All signs shall be handicapped

    accessible and meet all applicable accessibility requirements. Each sign shall read: as

    noted on the drawings. The Owner reserves the right to edit each signs messageprior

    to installation. Provide accessibility symbol and Braille message to all areas required

    by code on the sign panel in raised pictogram.

    Exterior SignageProvide exterior (up to 30)10 inch height metal signage, cast aluminum, with

    Duronoic finish, Times Roman Font, to be mounted to the building. Location and

    message to be determined in the field by the Owner.

    Toilet Accessories

    Provide the following stainless steel accessories to each toilet room:Handicapped Accessible Tilted Mirror 16x30

    Liquid Hand Soap DispenserRoll Paper Towel Dispenser

    Toilet Paper DispenserSanitary Napkin Dispenser (2 locations)

    Grab Bars and swing down grab bars (as shown on drawings)Coat Hooks in restrooms

    Coat Hook on the back of each office door.

    Toilet PartitionsProvide Sheet Steel zinc coated toilet partitions as shown on the drawings. Toiletpartitions to be hollow steel tube with wall brackets (wood blocking as required), chrome

    plated pivot hinges, gravity type, thumb turn door latch, and coat hook. Factoryphosphatizing treatment, prime coat, and two finish coats baked enamel of standardcolors for owners selection.

    Canton Public Works ComplexDesign/Build RFPPage 13

    DESIGN/BUILD PERFORMANCE SPECIFICATION

  • 8/11/2019 Addendum #1 to Town RFP

    15/42

    OWNER FURNISHED EQUIPMENT LIST: The items listed below are for referenceonly. Do not include the purchase. Provide the full installation of the equipment listed

    below that require the connection of power, plumbing and/or mechanical connections to

    the buildings structure and utilities. Provide all power and associated infrastructure. Full

    coordination during the design/build process is required.

    Lifts and Cranes in Vehicle Maintenance Bay

    (1 qty) (4)-Four posts Mobile Column Lift wireless configurations (72K lb capacity) byRotary. Ari and/or Mohawk. Provide accessories and supports for smaller vehicles

    Single Girder Underhung Motorized Bridge Crane by MA Crane

    Exhaust Systems in Vehicle Maintenance Bay

    Manual System Vehicle Exhaust by ARI and/or Plymovement

    Portable Welding Exhaust byAvani Lube Systems (2) banks of (7)

    12-1 Power Master Pumps (15-40,10-30,ATF and HYD (QTY 4) by Lincoln

    o The following below are all by Lincoln or equal.

    Bung Adapter (qty 4) Low Level Cutoff (qty 4)

    1 Air Op Diaphragm and wallbracket (qty 1)

    Suction Kit (qty 1)

    Air Line Filter and Regulator, (qty 5)

    Thermal relief valve (qty 4)

    HD Oil Reel (qty 4

    Air Reel (qty 1)

    Electric/Light Reel (qty 1)

    Reel Mounting Bracket (qty 4)

    8 GPM Electrical Meter Control Handle (qty 4) 275 Gallon Double Wall Tank

    500 Gallon Double Wall Waste Tank

    Waste Caddy (qty 2)

    Rolling Grease Kit (qty 1)

    Filters, as required

    Furnishings

    Wood Heavy duty Work Bench with Caster and electric powered shelf

    o (qty 4)

    Canton Public Works ComplexDesign/Build RFPPage 14

  • 8/11/2019 Addendum #1 to Town RFP

    16/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    Parts Bins and Stacking Bins

    Parts Storage Shelving (qty 8)

    Pallet Racks (qty 4)

    Flammable Cabinets (qty 2)

    Pesticide Cabinets (qty 2)

    Cantilevered Rack (metal and wood stock) (qty 1)

    Plywood Storage Rack (qty 1)

    Vehicle Wash

    Manual Vehicle Wash with Boom System vy MTI and/or Hotsy (qty 1)

    Fuel Island

    6,000 gallon Convault Above Ground by United Concrete

    o Base Slab

    o Vent Packageo Fill Limiters, Fuel Port

    o Wayne S-1 Dispensero Morrison Gauge

    o

    FE Petro Submersible Pumpo Provisions to feed meter supply to emergency generator.

    Relocate existing 4,000 above Ground (relocate from existing facility)

    United Concrete or equal

    o Wayne S-1 Dispenser and Submersible Pump qty2) & Fuel Port

    o Base Slab

    Refer to attached furniture, fixture and equipment list to coordinate and provide

    applicable connections for items not listed above..

    DESIGN/BUILDER FURNISHED EQUIPMENT LIST: The items listed below shall beincluded in the bid submission. Provide all power, hardware and associated components

    to install a fully functioning system.

    Men's Locker Room 24 Double Tier Lockers Dallas Midwest

    Ladies Locker Room 3 Locker Unit Dallas Midwest

    Maintenance Bay Tire Machine-Tc 5000 Mac Tools

    Maintenance Bay Tire Balancer-WB 2601 Mac Tools

    Maintenance Bay 4 Post Mobile Lift Mohawk

    Maintenance Bay Lubrication System Lubrication Technologies,

    Canton Public Works ComplexDesign/Build RFPPage 15

  • 8/11/2019 Addendum #1 to Town RFP

    17/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    MECHANICAL SYSTEMS

    PART 1 - GENERAL

    1.1 GENERAL

    A.The General Conditions and Supplemental General Conditions are included as work of

    this Division.

    B.All work shall be done in strict accordance with the International Mechanical Code (IMC2003), the International Energy Conservation Code (IECC - 2009), applicable NFPAStandards, the State of Connecticut Building Code, the Connecticut Fire Safety Code,applicable Regulations of the State of Connecticut, applicable Connecticut Statutes andlocal ordinances/regulations.

    C.All equipment shall be listed by UL or other independent testing agency that is acceptableto the Authority Having Jurisdiction.

    D.The Contractor shall bear the cost of all fees, permits, licenses and taxes in connectionwith his work.

    E. All equipment, components, and materials shall be new.

    F.

    Contractor shall be responsible for any signed/sealed drawings and other compliancedocumentation required by the local officials for permit.

    G.The Contractor shall provide a Warrantee covering all material and workmanship for one(1) year following the date of acceptance, except that refrigeration compressors shall carryWarranty of five (5) years.

    H.Upon completion of the project, Contractor shall fully instruct the Owner in the

    operation, adjustment and maintenance of all equipment and systems furnished.

    Canton Public Works ComplexDesign/Build RFPPage 16

  • 8/11/2019 Addendum #1 to Town RFP

    18/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    I. Contractor shall provide Owner with three (3) sets of complete maintenance and

    operating instructions, and technical data, in booklet form, of all equipment and devicesfurnished in Contract, including as-built drawings for the project

    J. All equipment and products shall be installed in accordance with the manufacturer'sinstructions and recommendations.

    K. Heating and cooling system design loads for the purpose of sizing systems andequipment shall be determined in accordance with the ASHRAE HandbookFundamentals, or other generally accepted engineering standard that is acceptable to theAuthority Having Jurisdiction. Calculations shall be submitted to Owner for review priorto ordering of equipment.

    1.2 SCOPE OF WORK GENERAL REQUIREMENTS

    A. Furnish and install a complete HVAC system including, but not limited to: boiler systems,

    air handling units, condensing units, pumps, unit heaters, fans, hydronic piping,ductwork, heating and cooling terminal units, diffusers/ registers/grilles/louvers,dampers, automatic temperature controls, identification, insulation, testing and balancingand all other equipment as herein specified.

    B. Ventilation air shall be mechanically delivered to all areas of the building. Ventilation

    systems which are required to operate continuously or during occupied hours, such asthe Workshop and Maintenance Bays, shall include a heat recovery system having aminimum efficiency of 70%. Non-air conditioned areas shall be provided withsupplementary exhaust (minimum 6 air changes per hour) to minimize heat build-up in

    summer months.

    C. Central Boiler Plant

    1) Two hot water boilers, each sized for 75% of design load.

    2) Hot water service to air coils, unit heaters, convectors, and radiant slab.

    3) Boilers shall be natural gas, high efficiency, condensing type.

    4)

    Include all required system accessories and appurtenances including, but not limitedto, combustion air and flue gas vent piping, expansion tank, pressure/temperature

    relief valve, service valves, and pumps.

    D. Vehicle Equipment Storage

    1)

    CO/NO2purge system with exhaust fan and ductwork to low exhaust grilles, gas-

    fired make-up air unit and electronic gas detection system.

    2) General ventilation system to meet minimum code requirements.

    Canton Public Works ComplexDesign/Build RFPPage 17

    DESIGN/BUILD PERFORMANCE SPECIFICATION

  • 8/11/2019 Addendum #1 to Town RFP

    19/42

    3) Space heating with overhead gas-fired radiant heaters providing coverage of all areasbetween vehicles.

    E. Maintenance Bays

    1) Tailpipe exhaust system, overhead.

    2) CO/NO2purge system with exhaust fan and ductwork to low exhaust grilles, gas-firedmake-up air unit and electronic gas detection system.

    3) General ventilation system to meet minimum code requirements.4) Space heating.

    a. Base Bid: Overhead gas-fired radiant heaters providing coverage of all areas

    between vehicles.

    b.

    Bid Alternate: Hot water radiant slab system including tubing, controls andrequired structural enhancements. Supplemental hot water unit heaters shallsupplement slab system.

    5) Portable welding exhaust system.

    6) Provide waste oil unit heater to supplement primary heating system. Provide pipingbetween waste oil tank in Fluid Room and unit heater.

    F. Wash Bay (all devices MUST be waterproof)

    1)

    CO/NO2purge system with make-up air provisions and low exhaust grilles.

    2) General ventilation system to meet minimum code requirements.

    3)

    Space heating with gas-fired unit heaters.

    4) All equipment and components shall be rated for wet environment.

    G. Lunch/Training Room

    1) Split system air conditioner or packaged rooftop unit.

    2) Hot water duct coil in conditioned space.

    3)

    Exhaust fan for food odors.

    H. Administrative Area

    1) Includes five offices, conference room, waiting area, vestibule and corridor.

    2) Split system air conditioner or packaged rooftop unit.

    3) Hot water duct coil in conditioned space.

    4) Hot water convector or cabinet heater in vestibule.

    5) Exhaust fan for Janitors Closet.

    I. Locker/Toilet Rooms1) Exhaust with make-up air transfer from corridor.

    Canton Public Works ComplexDesign/Build RFPPage 18

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    2) Hot water cabinet heaters.

  • 8/11/2019 Addendum #1 to Town RFP

    20/42

    J. Sign Shop

    1)

    Heating and ventilating air handling unit.

    2)

    Exhaust fan sized for 6 Air Changes per Hour for summer ventilation.

    K. Sign Shop Storage

    1) Exhaust fan.

    2) Hot water unit heater.

    L. Office/Specialty Tools

    1) Split system air conditioner or packaged rooftop unit.

    2) Hot water duct coil in conditioned space.

    M. Compressor Room

    1) Exhaust fan.

    2) Hot water unit heater.

    3) Make-up air provided via gravity intake ventilator with motorized damper.

    N. Mechanical/Electrical Room

    1)

    Exhaust fan.

    2)

    Hot water unit heater.

    O. Shared Workshop

    1) Heating and ventilating air handling unit.

    2) CO/NO2purge system with make-up air provisions and low exhaust grilles.

    3)

    Exhaust fan sized for 6 Air Changes per Hour for summer ventilation.

    P. Fluid Storage

    1) Exhaust fan.

    2) Hot water unit heater.

    Q. Parts/Tire Storage

    1)

    Exhaust fan.

    2)

    Hot water unit heater.

    R. Provide auxiliary drain pan with hard piped indirect drain for all equipment with coolingcoils.

    Canton Public Works ComplexDesign/Build RFPPage 19

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    S. Provide louver and gravity ventilators required for air intake and relief/exhaust, andmaintain separation distances required by code.

  • 8/11/2019 Addendum #1 to Town RFP

    21/42

    T.

    System shall be complete in all respects, tested, accepted and ready for the beneficialuse of the Owner.

    1.3 FILTERS AND STRAINERS

    A. Any equipment which operates with filters or strainers shall have filters andstrainers installed at all times.

    B.

    When equipment and systems are officially turned over to the Owner, all equipment shallbe clean and have clean, new filters installed.

    1.4 FIELD MEASUREMENTS

    A. The Contractor shall verify in the field all measurements necessary for the work. Verifythermostat and sensor locations with the Owner before installation.

    B. The Contractor shall coordinate supply and return ductwork locations with steel, conduitsand piping of other trades.

    1.5 MATERIALS AND METHODS

    A. Piping:

    1) Hydronic heating water piping shall be Schedule 40 black steel with Class 125 cast

    iron screwed fittings or Type "L" copper with 95/5 (lead free) soldered fittings.Provide proper dielectric fittings where copper piping connects to steel piping.

    2)

    Cooling coil condensate drain piping shall be Type "M" copper with wrought copperpressure fittings and 95/5 solder. Schedule 40 PVC with solvent welded fittings maybe used where permitted by Code. Use 45 degree lateral type fittings and long sweepelbows. No tees or short radius elbows will be allowed.

    3) Water system piping shall be run level. Take-offs shall be made from the bottom ofthe main or at 45 from the bottom of the main. Provide drain valves at all low points;manual air vents at all high points. Use eccentric reducers on horizontal lines, flush totop of the pipe.

    4)

    Provide unions and shut-off valves at all equipment, coils, etc.

    5) All piping shall be supported in a manner to prevent vibration or sagging. In no caseshall the hanger spacing exceed the distances listed in all applicable codes and

    regulations.

    B. Ductwork:

    Canton Public Works ComplexDesign/Build RFPPage 20

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    1) All air distribution systems shall be fully ducted and all ductwork shall beconstructed of sheet metal except as specifically indicated otherwise.

  • 8/11/2019 Addendum #1 to Town RFP

    22/42

    2) All ductwork and accessories shall be constructed, fabricated and installed inaccordance with the latest SMACNA Standards manuals for low pressureductwork, fire damper installations and flexible ducts.

    3) Flexible ducts to air outlets shall be UL Class 1 connectors with airtight core,galvanized wire helix and preinsulated with one (1") inch, 3/4 pcf fiberglass with a

    flame retardant vapor barrier, Flexmaster Type IX. Maximum length of individual

    flexible duct run shall be six feet.

    4) All air conditioning supply and ductwork shall be galvanized sheet metal, two (2")

    inch static pressure classification, Seal Class "C".

    5) Louver plenums shall be galvanized steel with flanged joints. Metal thickness shall

    correspond to gauge required for equal size duct. Pitch base of plenums and ductstoward louver, for moisture drainage. Plenums shall be firmly attached to louvers

    and caulked weathertight at joints.

    6) Install adequate balancing devices, e.g., volume dampers, extractors, etc., as required

    to balance each system to its design airflows.

    7) Furnish and install UL listed fire dampers and access doors at all duct penetrations ofwalls, floors, partitions, etc., that are required to have a fire resistance rating. Firedampers, sleeves, access doors, etc., shall be constructed and installed inconformance to the manufacturer's instructions, NFPA 90A and the building official.

    8)

    All diffusers, registers and grilles shall be firmly attached to and supported by the

    duct system. Where flexible ducts are used, the diffuser, register or grille shall befirmly attached to and supported by the building structure.

    a. In the case of ceiling diffusers installed in acoustic ceiling tiles, the diffuser shall

    be bracketed to the ceiling support grid and firmly attached to the bracket and thegrid with suitable clips, screws, wire ties or other method, so as not to impose anyload on the ceiling tile itself.

    C. Insulation Systems:

    1) Piping and duct systems shall be insulated in accordance with the IECC referenced inthis Section.

    a. All indoor fiberglass piping insulation shall have all service jacket and PVCcovers on all fittings, valves, etc.

    Canton Public Works ComplexDesign/Build RFPPage 21

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    b. Insulate all refrigerant piping with expanded rubber type pipe insulation. Seal all

    joints. Miter insulation at all tees and elbows. Pipe outdoors to have aluminum

    jacket with fitting covers.

  • 8/11/2019 Addendum #1 to Town RFP

    23/42

    c.

    Insulate all cooling coil condensate piping with 1/2" thick, expanded, rubber

    type pipe insulation. Seal all joints. Miter insulation at all tees and elbows. If

    PVC piping is used, insulation may be omitted.

    d. Piping insulation shall run continuous through all pipe hangers. Protect

    insulation with 12-inch long sheet metal insulation protection saddles. Under

    saddles of piping 1-1/2 inch or longer, substitute rigid/calcium silicate

    insulation inserts for the specified insulation and of the same thickness as the

    specified insulation.

    e.

    Maintain the integrity of all piping vapor barriers. Should condensation developon any pipe, fitting, etc., Contractor shall correct the vapor barrier break and

    replace any insulation damaged by moisture.

    f. Concealed air conditioning supply duct systems shall be insulated with

    fiberglass duct wrap with continuous vapor barrier.

    g.

    Insulate exposed air conditioning supply air ductwork and all insulated air ducts

    in mechanical rooms with rigid foil-faced fiberglass duct insulation.

    h. Insulate all outside air ductwork, exhaust ductwork on cold side of dampers, all

    plenums connected to louvers with rigid foil-faced fiberglass duct insulation.

    1.6 FIRE-STOPS

    A. All penetrations through fire rated walls, ceilings or floors in which pipes or ducts pass

    shall be sealed with a UL approved fire-stop fitting classified for an hourly rating equal

    to the rating of the wall, ceiling or floor.

    1.7 CLEANING AND FLUSHING WATER CIRCULATING SYSTEMS

    A.

    All piping systems shall be thoroughly cleaned before placing in operation to rid the

    system of dirt, piping compound, mill scale, oil and any and all other material foreign to

    the water being circulated. This applies equally and especially to systems where phases

    or portions of the systems are operated during construction.

    B.

    After each system or portion of a system is complete, the Contractor shall add trisodiumphosphate in an aqueous solution to the system at the proportion of one (1) pound per 50

    gallons of water in the system. After system is filled with this solution, the system shall

    be brought up to temperature and allowed to circulate for 20 hours. The system shall

    then be drained completely and refilled with fresh water. After each system has been

    completely cleaned as specified herein, it shall be tested by litmus paper or other

    dependable method and shall be left on the slightly alkaline side (ph = 7.5). If the

    system is found to be still on the acid side, the cleaning by the use of trisodium

    phosphate shall be repeated.

    C.The Contractor shall not add any water treatment chemicals or compounds to balance ph

    to the specified value.

    Canton Public Works ComplexDesign/Build RFPPage 22

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    1.8 PIPE PRESSURE TESTING

    A. Piping systems shall be pressure tested as indicated below for each system. All pipingshall be tested before it is covered, concealed or made otherwise inaccessible.

  • 8/11/2019 Addendum #1 to Town RFP

    24/42

    B. Leaks found during pressure tests shall be corrected by remaking the joint, tightening orother suitable method. The Contractor shall not add any "stop-leak" type compounds tothe piping system.

    C.

    Any system requiring leak repair shall be retested in the same manner as the original test.

    D.

    Piping systems shall be tested in accordance with the following schedule:

    Duration (Hours)W/O Gauge

    System Test Pressure Test Medium Pressure Drop

    Hot Water 100 PSIG Water 24 Hours

    E.

    The Contractor shall furnish all booster pumps, compressors, hoses andequipment required to perform all pressure tests.

    1.1 BALANCING AIR AND WATER SYSTEMS

    F. This Contract is for all labor, materials and equipment required for balancing the airand water systems.

    G. Balancing shall be performed by a fully qualified testing and balancing

    technician, certified by the AABC or the NEBB. He shall adhere the proceduresand methods outlined by the AABB or NEBB.

    H. Water systems to be balanced include the hot water piping systems.

    I. Air systems to be balanced include all the supply, return, outside air and exhaust systems.Balancing shall include rebalancing (adjusting of sheaves and replacing belts, if needed)

    of exhaust fans, make-up air units, and air handling units as required to provide air flowsspecified. The Balancing Contractor shall secure a set of As-Built Ductwork Plans priorto commencing work.

    J. The Balancing Contractor shall attend a coordination meeting with the HVAC and ATCS

    Contractor to coordinate sensor locations.

    K. Upon completion of all tests and balancing operations, the Contractor shall submit five(5) copies of a certified balancing report to the Engineer. This report shall include alldata for each of the air and water systems.

    Canton Public Works ComplexDesign/Build RFPPage 23

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    L. Balancing of systems shall be followed up after building is occupied; any rebalancingshall be done as required to meet occupant's requirements without extra charge.

    1.9 SEISMIC RESTRAINT

  • 8/11/2019 Addendum #1 to Town RFP

    25/42

    A. General: This project is in a seismic zone per State and/or Local Codes and Ordinancesand all materials and equipment shall be installed, supported, and seismically restrainedaccordingly.

    1.10 IDENTIFICATION

    A. All ductwork, piping, equipment, and valves shall be identified in compliance withASME A13.

    B. Ductwork shall be identified with name and flow direction at least every 20 ft.with adhesive identification labels.

    C.

    Piping shall be identified with name and flow direction every 20 ft. with snap-on plasticpipe markers.

    D. Equipment shall be identified with engraved plastic markers.

    E.

    Valves shall be identified with engraved plastic marker and chain and avalve identification binder shall be provided.

    1.11 AUTOMATIC TEMPERATURE CONTROLS

    A. This Contract shall include all labor, materials, training, and equipment required forinstallation of the Automatic Temperature Control (ATC) system.

    1)

    The system shall be centralized and shall be accessible via worldwide web.

    2) The system shall be open protocol and full ownership of the software license shall beprovided to the Owner.

    3)

    The installing contractor shall be certified by the system manufacturer and shallmaintain a fully staffed service center within sixty miles of the project.

    B. Any apparatus, appliance, material and work not shown on Drawings, but mentioned inthe Specifications, or vice versa, or any incidental accessories necessary to make thework complete and perfect in all respects and ready for operation as determined by good

    trade practice event if not particularly specified, shall be furnished, delivered andinstalled without any additional expense to the Owner.

    C. All control wiring shall be by provided under this division.

    Canton Public Works ComplexDesign/Build RFPPage 24

  • 8/11/2019 Addendum #1 to Town RFP

    26/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    D. Air handling units and their respective condensing units shall be controlled by unitary

    controllers, space sensors with 3 hour occupied override button. Outside air damper shallbe interlocked with occupied mode of fan coil and shall be open in occupied mode andclosed in unoccupied mode.

    E. Toilet room exhaust fans shall be controlled by through occupancy sensor light switch.

    F.

    DPW facility area shall be activated by gas detection system or by wall switch. Exhaust

    and make-up air dampers shall be interlocked with fan and fan shall start when dampershave opened fully. System shall run until CO/NO2 levels have dropped below theirrespective setpoints.

    1.12

    A. Boiler System:

    a. Boiler shall cycle to maintain water temperature, subject to safeties.

    b. Hot water pump shall be enabled below 60 degrees F. and shall run continuously.

    c. Unit Heaters: Hot water shall run continuously through heaters, and fan shall

    cycle based on unit mounted line voltage thermostat.

    d. Convector control valves will be controlled by low voltage thermostats.

    PLUMBING SYSTEMS

    PART 1GENERAL

    A. The General Conditions and Supplemental General Conditions are included as work ofthis Division.

    B.

    All work shall be done in strict accordance with the International Plumbing Code (IPC2003), the International Energy Conservation Code (IECC - 2009), applicable NFPAStandards (including the National Fuel Gas Code), the State of Connecticut BuildingCode, the Connecticut Fire Safety Code, the Connecticut Public Health Code,applicable Regulations of the State of Connecticut, applicable Connecticut Statutes andlocal ordinances/regulations.

    C. All equipment shall be listed by UL or other independent testing agency that is

    acceptable to the Authority Having Jurisdiction.

    D. The Contractor shall bear the cost of all fees, permits, licenses and taxes in connectionwith his work.

    E.

    All equipment, components, and materials shall be new.

    F.

    Contractor shall be responsible for any signed and sealed drawings required by thelocal officials for permit.

    Canton Public Works ComplexDesign/Build RFPPage 25

  • 8/11/2019 Addendum #1 to Town RFP

    27/42

  • 8/11/2019 Addendum #1 to Town RFP

    28/42

    E. Water closets shall be floor mounted, low flow, pressure assist, tank type.

    F. Lavatories shall be vitreous china, counter mounted, drop in with single lever faucet.

    G. Kitchen sink shall be counter mounted, double bowl, stainless steel, with single leverfaucet.

    H. Wash sink shall be triple basin, stainless steel, with support legs.

    I. Urinal shall be vitreous china, wall mounted, with flush valve.

    J. Bottle water cooler will be provided by the Owner.

    K. Training room sink shall be stainless steel, bar size, with single lever faucet.

    L. Provide two hose bibs in DPW vehicle areas.

    M. Provide 3/4 cold water with backflow preventer to feed hydronic heating system.

    N. Provide one exterior, non-freeze wall hydrant in front of the apparatus bays, and one inthe back of the building centrally located.

    O. Showers shall be pre-fabricated units complete with drain, pressure balancing mixing

    valve, wall mounted adjustable head, and hand held head with flexible and hose. Provide

    floor drain outside of showers. Provide (1) one handicapped accessible shower unit withsimilar components as mentioned above.

    P. Compressed air service shall be provided to Maintenance Bays, Vehicle Equipment

    Storage, and the Shared Workshop.

    1) Provide drops at each column in Vehicle Equipment Storage14 total.

    2) Provide six drops along walls and columns in the Maintenance Bays, and also

    provide two hose reels.

    3)

    Each drop shall be provided with a service valve, pressure regulator, drain valve andquick connect fitting compatible with facility equipment.

    4)

    Provide service to fluid system pneumatic pumps.

    Q. Combination Eye Wash/Shower units shall be installed where required to satisfy code andOSHA requirements. Tempered water service shall be provided.

    R. All fixtures in handicapped accessible toilet rooms shall be mounted with heights andclearance in accordance with ADA guidelines.

    S. Run diesel fuel piping in containment pipe from new above ground tank to emergencygenerator day tank. Provide fuel metering capability and leak detection for complete

    system.

    Canton Public Works ComplexDesign/Build RFPPage 27

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    T. System shall be complete in all respects, tested, approved and ready for the beneficial useof the Owner.

  • 8/11/2019 Addendum #1 to Town RFP

    29/42

    1.14 FIELD MEASUREMENTS

    A. The Plumbing Contractor shall verify in the field all measurements necessary for his

    work and shall assume responsibility for their accuracy.

    1.15 MATERIALS

    A.Sanitary, waste and vent piping above grade shall be Schedule 40 PVC. Water pipeabove grade shall be Type "L" copper with wrought copper sweat fittings using 95/5

    solder. Valves shall be ball type with screwed ends by Apollo #70-100, or Watts #B-6000 or equivalent.

    B.Water service piping below grade shall be cement-lined ductile iron, Class 54, with push-on or mechanical joints rated for 350 psi.

    C.Sanitary, waste and vent piping below grade shall be Schedule 40 PVC.

    D.Domestic cold, water, condensate piping shall be insulated with 1/2-inch "Armaflex#2000" or "Imcolock Polyolefin", or fiberglass insulation with preformed insulatedfittings and vapor barrier. Provide 1 insulation on domestic hot water piping. Insulation

    shall be installed per manufacturer's recommended instructions. Insulation shall be

    approved for use in air plenum spaces. Pipe insulation in Wash Bay shall be waterproof.

    E. Piping or fittings exposed and not insulated in finished areas shall be standard-weight

    brass pipe, chrome-plated.

    F. Provide chrome-plated escutcheons where exposed pipe passes through walls, floor orceiling.

    1.16 SEISMIC RESTRAINT

    A. General: This project is in a seismic zone per State and/or Local Codes and Ordinancesand all materials and equipment shall be installed, supported, and seismically restrainedaccordingly.

    1.17 EXECUTION

    A.Water piping shall be run concealed in all finished areas and so arranged that it can bedrained at low points. Provide hose bib drains at these low points. Support piping withclevis hangers in such a manner that there is no sagging or noise due to vibration.

    B.Sanitary, waste, storm and vent piping above grade shall be supported with clevis hangersat intervals listed in the code, but at no greater spacing than eight (8') feet on center.

    Canton Public Works ComplexDesign/Build RFPPage 28

  • 8/11/2019 Addendum #1 to Town RFP

    30/42

  • 8/11/2019 Addendum #1 to Town RFP

    31/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    Code, the Connecticut Public Health Code, applicable Regulations of the State ofConnecticut, applicable Connecticut Statutes and local ordinances/regulations.

    C.All equipment shall be listed by FM Global, UL or other independent testing agency thatis acceptable to the Authority Having Jurisdiction.

    D.

    The Contractor shall bear the cost of all fees, permits, licenses and taxes in connectionwith his work.

    E.

    All equipment, components, and materials shall be new.

    F.

    Contractor shall be responsible for any signed and sealed drawings required by the localofficials for permit.

    G.The Contractor shall provide a Warrantee covering all material and workmanship for one(1) year following the date of acceptance.

    H.Upon completion of the project, Contractor shall fully instruct the Owner in theoperation, adjustment and maintenance of all equipment and systems furnished.

    I. Contractor shall provide Owner with three (3) sets of complete maintenance andoperating instructions, and technical data, in booklet form, of all equipment and devicesfurnished in Contract, including as-built drawings for the project

    J. All equipment and products shall be installed in accordance with the manufacturer's

    instructions and recommendations.

    K.System demand and pipe sizing shall be determined in accordance with NFPA 13.Calculations shall be submitted to Owner for review prior to ordering of materials and

    equipment.

    1.20 SCOPE OF WORK

    A.

    Install fire service main from street to building and install hydrants as required.

    B.Provide cross connection control device as determined by the water provider and the

    Connecticut Public Health Code.

    C.System shall wet pipe except for areas that are subject to freezing.

    D.Dry pipe riser shall be provided to serve heads located in areas subject to freezing such asVehicle Equipment Storage, the Maintenance Bays, and the Wash Bay.

    E.

    Provide fire department connection after coordination with Fire Marshall and Fire Chiefregarding style and location.

    F. Provide all components, accessories and appurtenances required for a complete system.

    Canton Public Works ComplexDesign/Build RFPPage 30

  • 8/11/2019 Addendum #1 to Town RFP

    32/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    1) Galvanized (inside and outside) steel pipe shall be utilized for complete dry pipesystem.

    2) Corrosion resistant sprinkler heads shall be provided in the Wash Bay.

    ELECTRICAL SYSTEMS

    PART 1GENERAL

    1.21 GENERAL

    A.Architect's General Conditions are a part of this Division. All work shall be done in strictaccordance with the latest applicable issue of the National Electrical Code, ), theInternational Energy Conservation Code (IECC - 2009), the State of Connecticut BuildingCode, the Connecticut Fire Safety Code, local Codes and utility company requirements.All equipment is to be UL approved. The Contractor shall bear the cost of all fees, permits,

    licenses and taxes. Utility company charges for the permanent electric service shall beincluded in the Contractor's Bid.

    B.Contractor shall be responsible for any signed and sealed drawings required by the local

    officials for permit.

    C.The Contractor shall provide a guarantee covering all material and workmanship for one(1) year following the date of acceptance, except that the generator and all LED lightingshall be guaranteed for a period of five (5) years.

    D.Upon completion of the project, Contractor shall fully instruct the Owner in the operation,adjustment and maintenance of all equipment and systems furnished.

    E. Contractor shall provide Owner with three (3) sets of complete maintenance and operatinginstructions, and technical data, in booklet form, of all equipment and devices furnished inContract, including as-built drawings for the project

    Canton Public Works ComplexDesign/Build RFPPage 31

  • 8/11/2019 Addendum #1 to Town RFP

    33/42

  • 8/11/2019 Addendum #1 to Town RFP

    34/42

    in the corridors, vehicle bays, training room, electrical room, and outside each requiredegress door.

    G.Provide polycarbonate LED type exit signs marking the location of and path two allrequired egress doors where more than one path of egress is required. Provide

    combination signs or separate signs with the international symbol of accessibility at each

    egress door leading directly to grade. Exit signs shall be wired to the emergency lightingrelay for each area.

    H.

    Provide convenience duplex receptacles throughout the facility as required to serve theanticipated use but a minimum of one receptacle in every room. All receptacles in the

    vehicle bays shall be GFCI type and those in the wash bay shall be waterproof. Provide

    one GCFI in each bathroom. Provide one service receptacle in the area of all mechanical

    equipment with weatherproof/GFCI in outdoor locations. Provide receptacle or non-fuseddisconnect switches for all overhead doors and wiring of all controls furnished with the

    doors. Provide cord reels with power and/or light in each vehicle bay. Circuits shall bewired with no more than 7 outlets per 20 ampere circuit.

    I. Provide 2x2, fluorescent, recessed, prismatic fixtures in all office and support areas except

    as noted otherwise. Provide typically 1.0 watts per square foot for these spaces but ensurean average of 45 foot candles at the work surfaces.

    J. Provide 4 foot or 8 foot wet location rated vapor-tight fluorescent fixtures in all vehicle

    bays, wash bay, fluid storage, parts storage and wash equipment storage. Provide for an

    average of 35 foot candles at the floor. Provide similar fixtures with fiberglass housingsin the salt shed to result in an average illumination of 20 foot candles.

    K.Provide 2x4 recessed or 4 foot surface mounted wrap-around fluorescent fixtures in allother general utility spaces, storage areas and the mezzanine. Provide for an average of

    25 foot candles at the floor.

    L. Provide pole mounted site lights as indicated on the site plan. These shall be full cutoffstyle LED fixtures. Provide wall mounted full cutoff LED fixtures at each vehicle bay

    door and at man doors not located adjacent to an overhead door. Approximately 25fixtures will be required. Select fixture heights and wattages to comply with all exterior

    lighting ordinances and to meet the following average lighting levels: 3.0 FC at walks,

    entrances and fuel dispensing; 2.0 FC for drive lanes and parking areas. All exterior

    lighting shall be wired through a combination of photocell and time-clock.

    M.Provide wall switches for control of light fixtures in all areas. Provide motion detector

    control for the bathrooms, offices and storage rooms. Provide multiple switched controlsfor the vehicle bays with switched daylighting control for the perimeter lights in these

    areas.

    N.Provide a complete fire alarm system for the facility with manual pull stations at all egress

    doors, sprinkler system monitoring, generator monitoring and ADA compliantnotification throughout. Provide smoke and carbon monoxide detection in the corridors

    and smoke detection in the area of the fire alarm control panel. Provide a dialer for

    outside service monitoring.

    Canton Public Works ComplexDesign/Build RFPPage 33

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    O.

    Provide a telephone/public address system for the facility including head end unit,

    amplifiers, handsets, speakers, cabling, jacks and programming. System shall allow for

  • 8/11/2019 Addendum #1 to Town RFP

    35/42

    routing of calls to multiple locations within the building, shall include voicemail for 10staff and shall allow for direct outside access from all handset locations. Public address

    function shall allow for individual area, zoned and all-call to speakers built into handsets

    for small rooms and ceiling/wall speakers for vehicle bays, workshop, training room,

    corridors and bathrooms. Contractor shall select and space speakers appropriately toprovide coverage above typical ambient noise levels. Contracting with telephone service

    provider shall be by Owner.

    P. Provide local area data network for the facility. Network shall include work station jacks in

    maintenance bays, offices, sign shop, workshop, training, offices, conference room andcopy room; Category 6 cable from jacks to electrical room; wall cabinet for installation of

    components; One 48-port CAT 6 patch panel; One 48 port PoE network switch;

    Connection to utility demarcation point; 1000 VA UPS; patch cables and all cable testing.

    Q.Provide a basic building perimeter security system with two keypad locations, contacts onall exterior man doors and overhead doors, motion sensors in the administrative areacorridors and a dialer for outside service monitoring.

    R.Note that power and communication services shall be run to the remote fuel island andsalt shed. Provide power for fuel pumps, cable for phone and/or network connection, andone weatherproof/GFCI receptacle at each location. Provide a main disconnecting means

    at the salt shed.

    S. The electrical system shall be complete in all respects, tested, approved and ready for thebeneficial use of the Owner.

    1.23 FIELD MEASUREMENTS

    A. The Contractor shall verify in the field all measurements necessary for his work. Conduits,switches, receptacles, panels and light fixtures which have not already been installed may

    be relocated up to ten (10') feet from intended location when so directed by the Owner, at

    no cost to the Owner. Verify all interior lighting fixture locations and mounting heightswith the Owner before installation.

    1.24 WIRING METHODS

    A.Electrical Metallic Tubing (EMT) shall be used for feeders run above ground and all

    exposed branch circuit and communication wiring including all exposed runs in vehiclebays. All raceways in the salt shed shall be schedule 80 PVC.

    B.Polyvinyl chloride (PVC) conduit may be used for underground power and telephone

    wiring except as specifically otherwise noted. All elbows for primary and secondaryelectrical service shall be rigid galvanized steel conduit. Primary power riser at utility

    pole shall be rigid galvanized steel.

    Canton Public Works ComplexDesign/Build RFPPage 34

  • 8/11/2019 Addendum #1 to Town RFP

    36/42

  • 8/11/2019 Addendum #1 to Town RFP

    37/42

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    3) Fused or non-fused, rain-tight (WP) disconnect switches in NEMA 3R enclosures -Type TH and/or Type THN

    C. Motors requiring disconnecting means remote from the Controller shall have an unfusedswitch mounted as close as possible to the motor.

    1.27 FUSES

    A.All fuses shall be UL listed, non-renewable type as manufactured by Bussman oracceptable equivalent. Fuses rated at 1/10 Ampere and up to 600 Amperes shall beequivalent to Bussman Type LPN-RK (250 Volt) UL Class RK1, low peak, dual-element, time delay fuses. Fuses shall have separate short circuit and overload elements

    and have an interrupting rating of 200,000 Amperes.

    B.

    All fuses shall be installed so that the size is readily visible.

    C.The Contractor shall furnish to the Owner six (6) spare fuses for each size of fuse.

    1.28 POWER, MOTOR AND EQUIPMENT WIRING

    A. The Contractor shall furnish and install all wiring for all motors and equipment which willbe furnished and set in place by work of other sections on this project.

    B. Conduit connections to motor frames shall have minimum of 18 inches of flexible steelsealtite conduit to reduce vibrations and noise being transferred to other parts of the

    buildings.

    1.29 SWITCHES, RECEPTACLES AND ACCESSORIES

    A.

    Wall switches shall be mounted 48 inches above finished floor, opposite hinged side ofdoor, unless otherwise indicated. Where there is more than one (1) switch in one (1)location, switches shall be ganged under one (1) cover. Duplex receptacles shall bemounted 18" AFF unless otherwise indicated. All wall switches and receptacles shall beflush-mounted, where applicable, and furnished with stainless steel cover plates or othertype plate as requested by Owner. Receptacles in vehicle bays shall be mounted at 48AFF.

    B.Outlet and switch boxes shall be zinc-coated steel. Use plaster rings for boxes installed insheet rock walls. Use box extensions as necessary.

    C.

    Switches and receptacles shall be as manufactured by Arrow Hart, Leviton, Pass andSeymour or Hubbell and equivalent to the following Specification grades:

    1) Single-pole switches shall be Hubbell #1221

    2) 2-pole switches shall be Hubbell #1222

    3) 3-way switches shall be Hubbell #1223

    Canton Public Works ComplexDesign/Build RFPPage 36

  • 8/11/2019 Addendum #1 to Town RFP

    38/42

  • 8/11/2019 Addendum #1 to Town RFP

    39/42

    D. Junction and outlet boxes where exposed to the weather and wet locations shall bethreaded hub type and provided with watertight screw-on covers and gaskets. Flooroutlets shall be adjustable type and waterproof where required.

    1.32 LIGHTING FIXTURES

    A. The Contractor shall furnish and install all lighting equipment as shown and specifiedcomplete with lamps ready for operation.

    B. Provide all required supports, hangers and seismic bracing for fixtures, including recessedtroffers.

    C. All lamps shall be as manufactured by Philips, General Electric or Sylvania. All

    fluorescent tube lamps shall be T-8, 4100K with a minimum 80 CRI.

    D. All ballasts for fluorescent fixtures shall be programmed start electronic certified with an

    "A" sound rating.

    1.33 FIRE-STOPS AND SEALS

    A.

    All penetrations through fire rated walls, ceilings or floors in which cables or conduitspass shall be sealed with a UL approved fire-stop fitting classified for an hourly ratingequivalent to the rating of the wall, ceiling or floor.

    B. Through wall and floor seals shall be used to provide a positive means of sealing pipes orconduits which pass through concrete foundation of a structure below grade or below

    ground water level. All openings shall be sealed as required by the NEC.

    1.34 WARNING TAPE

    A. Color-coded warning ribbon composed of a solid, aluminum foil core encased in aprotective plastic jacket shall be placed above all buried electrical and communication

    utility lines. All tapes shall be highly visible, color-coded and imprinted with theappropriate warning legend. The tape width shall vary from a two (2") inch wide tape

    buried ten (10") inches below the surface to an 18-inch wide tape buried 50 inches belowthe surface.

    B. Standard legends shall be marked continuously along the entire length of the tape. A red

    safety tape imprinted with "CAUTION - ELECTRIC LINE BURIED BELOW" shall beused for all buried primary and secondary electric services. Orange safety tapes shall be

    imprinted with "CAUTION - TELEPHONE LINE BURIED BELOW" or "CAUTION -TELEVISION CABLE BURIED BELOW".

    C. Warning tapes shall be as manufactured by Allen Systems, Houston, Texas or acceptable

    equivalent.

    1.35 GENERAL WIRING TESTS

    Canton Public Works ComplexDesign/Build RFPPage 38

    DESIGN/BUILD PERFORMANCE SPECIFICATION

    A. At the time of final inspection and test, all wiring and connections throughout the facility

    must be completed, devices and equipment properly operating, all lighting fixtures

  • 8/11/2019 Addendum #1 to Town RFP

    40/42

  • 8/11/2019 Addendum #1 to Town RFP

    41/42

    Town of Canton Public Works Facilit Fixtures, Furniture and E ui ment

    Estimated Cost as of 2014Room Item Vendor

    Waiting Area 2 Chairs Dallas Midwest $400

    Waiting Area Table Dallas Midwest $150

    Waiting Area Coat Rack Dallas Midwest $100

    Admin Area File Cabinet Dallas Midwest $300

    Admin Area Bookcase WB Mason $400

    Shared Office 2 Desks WB Mason $2,000

    Shared Office 2 Chairs Dallas Midwest $400

    Shared Office 2 File Cabinets Dallas Midwest $600

    Shared Office 2 Bookcases WB Mason $800

    Shared Office 2 Computers Dell $2,500

    Director's Office File Cabinet Dallas Midwest $300

    Director's Office Bookcase WB Mason $400

    Janitor's Closet Miscelaneous Supplies Unknown $250

    PA's Office Desk WB Mason $1,000

    PA's Office Chair Dallas Midwest $200

    PA's Office File Cabinet Dallas Midwest $300PA's Office Bookcase WB Mason $400

    Supply/Copy Room Copier Unknown *Monthly Rental Fee

    Supply/Copy Room Shelving Unit Dallas Midwest $200

    Supply/Copy Room File Cabinet Dallas Midwest $600

    Supply/Copy Room Table Dallas Midwest $100

    Conference Room Table WB Mason $400

    Conference Room 6 Chairs Dallas Midwest $600

    Conference Room AV Equipment Unknown $500

    Lunch Room Refrigerator Home Depot $1,500

    Lunch Room Oven/Stove Home Depot $1,000

    Lunch Room Hood Home Depot $200Lunch Room Dishwasher Home Depot $700

    Lunch Room Microwave Home Depot $300

    Lunch Room Coffee Maker/Toaster Oven Home Depot $200

    Lunch Room 2 Round Tables Dallas Midwest $1,000

    Lunch Room 16 Chairs Dallas Midwest $1,600

    Men's Locker Room 24 Double Tier Lockers Dallas Midwest $2,400

    Ladies Locker Room 3 Locker Unit Dallas Midwest $450

    Unknown Washer/Dryer Home Depot $2,500

    Sign Shop Layout Bench Grimco $300

    Sign Shop Vinyl Storage Racks Grimco $350Sign Shop Bookcase WB Mason $400

    Shared Workshop Table Saw Home Depot $1,400

    Shared Workshop Compound Miter Saw Home Depot $600

    Shared Workshop Chop Saw NAPA $500

    Shared Workshop 2 Work Benches Grimco $1,600

    Maintenance Bay 25 Ton Hydraulic Press-SHP25X Mac Tools $1,200

    Maintenance Bay Tire Machine-Tc 5000 Mac Tools $20,000Maintenance Bay Tire Balancer-WB 2601 Mac Tools $6,700

    Maintenance Bay 3/4 Ton Wheel Dolly-WD 1500 Mac Tools $500Maintenance Bay Mig Welder-Miller 252 mig Ed Jones $4,000

  • 8/11/2019 Addendum #1 to Town RFP

    42/42

    Maintenance Bay Transmission Jack NAPA $2,500

    Maintenance Bay 2 Work Benches Grimco $1,600

    Maintenance Bay 4 Post Mobile Lift Mohawk $55,000

    Maintenance Bay Lubrication System Lubrication Technologies, Inc. $30,000

    Parts Room Shelving Global Industries $1,200

    Mechainc's Office Bookcase WB Mason $ 4 0 0

    TOTAL ESTIMATED COST $152,600

    *Copier will follow the town's monthly rental fee