Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
SALEM PUBLIC LIBRARY
IMPROVEMENT PROJECT:
MEP BID PACKAGE
Mandatory Pre-Bid Meeting: 6/10/19, 9AM
Bid Date: Tuesday, 6/25/19
Bid Time: 2:00 PM
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
2
Table of Contents
Contents Table of Contents .......................................................................................................................................... 2
Project Description........................................................................................................................................ 3
Instruction to Bidders ................................................................................................................................... 3
Proposal Requirements ................................................................................................................................. 5
Proposal Requirements: ............................................................................................................................ 5
Bid Packages .................................................................................................................................................. 6
Bid Package 1.1 – Mechanical (Wet & Dry HVAC) Systems ...................................................................... 6
Bid Package 1.2 – Plumbing Systems ...................................................................................................... 10
Bid Package 1.3 – Electrical Systems....................................................................................................... 13
General Project Scope Requirements: ........................................................................................................ 17
General Bid Form ........................................................................................................................................ 20
EXHIBIT A: Development Schedule ............................................................................................................. 22
EXHIBIT B: Preliminary Design Documents ................................................................................................ 23
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
3
Project Description
HSW is soliciting packages from the Mechanical, Electrical, and Fire Protection subcontracting market to
participate in the Salem Public Library Improvement project as a team partner for a MEP/F design build
portion of the work.
The Salem Public Library was constructed in two major phases with miscellaneous small additional
remodels. The north three-story concrete structure was built in 1970. The south steel structure was
added in 1990 as well as a three-story concrete parking garage. Small remodels have occurred
over the years since the 1990 addition.
In November 2017, Salem voters approved the Salem Public Library General Obligation Bond Measure
24-432 authorizing $18.6 million for seismic safety, security, and accessibility upgrades to the Salem
Public Library and associated parking garage. In addition, many of the building systems are at or near
the end of their useful life (as detailed in the Building Assessment and MEP Recommendation Report
provided by PAE Engineers).
The Project will consist of a three-phase approach, with the first phase (programming and schematic
design) already completed. The second phase (complete design/ construction documents) will start
upon award and last through the end of the year (as detailed in the Design Development Schedule). The
successful bidder will be contracted to a complete design through 100% construction documents (CD’s).
After completion of CD’s, if the project is on budget and the City of Salem elects to move forward with
construction, the intent is to award Phase 3 (construction) to the successful bidder.
Estimated construction start date is January 2020.
Instruction to Bidders Electronic (emailed) bid proposals for this bid package on the Salem Library project are to be submitted
by the date and time indicated below and will be opened privately at the main office of Howard S.
Wright located at 1455 NW Irving Street, Portland Oregon 97209. Bidders shall review all bid
documents for this package and utilize the designated bid form for this bid package when submitting
their proposal.
BID DUE DATE: Tuesday, June 25th, 2019
TIME DUE: 2:00 PM PST
SUBMIT TO ATTENTION: Evan Grimm and Josh Condon
EMAIL: [email protected] and [email protected]
QUESTIONS: All questions concerning this bid should be referred to the following Howard S. Wright
personnel: Evan Grimm ([email protected]) or Josh Condon ([email protected])
PROPOSAL REQUIREMENTS: See below for proposal requirements.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
4
AMENDMENTS & BIDDER REGISTRATION: All responses to questions and inquiries will be addressed
utilizing Amendments to these ITB’s, which shall be distributed to all bidders. While Amendments will
be published to all shared document sites, bidders are encouraged to contact the HSW personnel above
to indicate their interest in the bid package, wherein HSW shall work to directly notify prospective
bidders of forthcoming Amendments.
MANDATORY PRE-BID MEETING: 9AM, Monday, June 10th 2019
MANDATORY PRE-BID MEETING LOCATION AND TIME: Salem Public Library main entry (near parking
garage); 585 Liberty St. SE, Salem OR 97301
SUBCONTRACTOR DEFAULT INSURANCE AND BONDING: Depending on the dollar value, scope of work,
and Pre-Qualification status of a Subcontractor, Contractor may at its option elect to enroll
Subcontractor in a subcontractor default insurance program OR require a Subcontractor to provide for
100% Performance and Payment bonds. All Subcontractors with agreements over $500,000 shall be
required to be enrolled in the default insurance program OR provide a bond. If Contractor notifies
Subcontractor in writing of its intent to enroll Subcontractor in a subcontractor default insurance
program, then Subcontractor will provide a letter from its surety confirming that Subcontractor is
eligible for and qualified to receive bonds for its Work on the Project and provide other required
qualification information. No obligation to provide a bond is excused until Contractor provides a written
notice of that waiver. The use of subcontractor default insurance does not limit Subcontractor's liability.
BIDDER PRE-QUALIFICATION: All bidders with potential subcontract amounts greater than $500,000 are
required to be pre-qualified through the Balfour Beatty Construction’s Subcontractor Pre-qualification
process prior to award of the project scope. Prior to submitting a bid proposal, Subcontractors shall
have an approved, current (within 1 year) pre-qualification status OR have submitted all required
documentation into the pre-qualification system for review. The pre-qualification process can be
accessed online via the link: https://www.balfourbeattyus.com/partners.aspx
For potential subcontract amounts > $250,000 but < $500,000, Howard S. Wright shall require the low
responsive bidder to submit an acceptable Good Guy Letter, referencing the Surety Name and the single
and aggregate program limits, to verify that the Subcontractor can bond the value of the subcontract.
This letter is NOT required to be submitted with bids, but bidders shall not submit proposals if they are
unable to provide for this letter upon request. At Howard S. Wright’s discretion, bonds may be required
for subcontracts under $500,000.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
5
Proposal Requirements
Proposal Requirements:
Evaluation will be based on a 100 point scale. The breakdown is as follows:
1) Qualifications/Similar Project Experience: Short description of your company’s background and
project history which is relative to the Salem Public Library project. Provide a few sample projects of
similar size and scope along with references for each project. – 15 points
2) Team: Provide a list of proposed lead team members and current workload. – 15 points
3) Engineering: As this project will be a fast-paced design and engineering timeline, please provide a
description describing your proposed approach to design and engineering, and how your firm will
staff this project to ensure design milestones are met per the attached Development Schedule
found in Exhibit A. – 5 points
4) Project Understanding: Please provide a detailed description of your understanding of the project
as it relates to your scope. In this section please provide descriptions of the systems you are
proposing as well as any clarifications or exclusions. Value engineering or system revisions are
encouraged. If your firm has a value engineering idea you would like to propose or are proposing
within your original budget, please provide details of the system and a narrative for review by the
Design-Build team (HSW, Hacker Architects, City of Salem, and Day CPM). – 15 points
5) Pricing: Please review the bid packages, drawings, building program report, building and systems
assessment reports, and MEP scope recommendations (by PAE) as listed below and include all items
as it relates to your firm’s scope. This includes the Design Fee, OH&P (%), labor rates, and
construction budget breakout. If you have any questions as it relates to the scope of work, please
feel free to contact either Evan Grimm or Josh Condon for further details. – 50 points
6) Proposed HVAC Zoning Map – For Mechanical Bidders Only
Howard S Wright may request an interview with the highest scoring firms if the bid spread warrants
additional information/ evaluation. You will be notified in writing once all proposals are evaluated if an
interview is deemed necessary.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
6
Bid Packages
Bid Package 1.1 – Mechanical (Wet & Dry HVAC) Systems
Item A – Divisions/Sections – Bidder shall perform the MECHANICAL HVAC and CONTROLS scope of
work in accordance with the Exhibit B (Preliminary Design Documents)
Item B – Inclusions – Bidder shall provide all design, labor, material, tools, equipment, and supervision
for completion of all MECHANICAL HVAC and CONTROLS for the project. The following items shall be
included in the bidder’s price. These items are for clarification and may not represent the entire scope of
work to be performed by the bidder.
1) Bidder shall provide Design-Build services for the complete HVAC system, including but not limited
to;
a. Bidder shall provide all engineering, design, detailing, and coordination required for a complete
HVAC (wet and dry) system design. Design documents shall include a complete energy model,
one-line drawings, floor plans, equipment layout, coordinated and complete detailing, sequence
of operations, and any other necessary information required for coordination.
b. Bidder shall provide all services necessary to prepare and facilitate the submission of Permit
documents to the Authority Having Jurisdiction. Bidder shall apply for and coordinate all HVAC
permits. Costs for trade and associated permits is included in the construction estimate.
c. Bidder shall be responsible to provide engineering and management support as required to
meet the milestones of the Design Development Schedule as indicated in Exhibit A of the bid
documents.
d. Bidder shall include but not be limited to the DESIGN, ENGINEERING, and CONSTRUCTION
required for the following scopes of work and information as provided in the Exhibit B:
Base Bid:
i. Install seismic bracing at existing chilled water piping distribution
ii. Install seismic bracing at existing heating water piping distribution conforming to current
code.
iii. Install seismic bracing at Terminal Units. Install seismic snubbers at vibration isolators (Main
AHU Fans).
iv. Repair sections of chilled water system distribution currently missing insulation.
v. Survey and repair heating water piping leaks.
vi. Seal chilled water piping penetrations of Main Building AHU air handler casing.
vii. Clean air handling system ductwork.
viii. Modify HVAC system to accommodate new room layouts and ceilings.
ix. Replace existing supply and return air connections where ceiling is replaced.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
7
Alternates:
x. Replace variable air volume (VAV) terminal units with new terminal units and coils.
xi. Remove existing “Primary Distribution” Pumps and “Secondary Distribution” Pumps and
replace with single pair of “Primary Distribution” Pumps operated on a Variable Frequency
Drive (VFD).
xii. Remove existing “Zone Distribution” pumps and 3-way control valves. Install 2-way
pressure independent control valves serving terminal units and unit heaters. Install
bypasses and thermostatic control valves at each fin-pipe radiator zone.
xiii. Refurbish Main AHU Fans, Motors, and Drives.
xiv. Replace pneumatic control damper actuators with electronic damper actuators at 3 air
handlers.
2) The following items should be included in Bidders Phase 2 (Design) costs;
a. Bidder shall include design and cost estimates for a complete scope of work including all fire-
caulking, fire stopping, sound caulking, equipment supports and hangers, penetrations, layout,
seismic engineering, and other auxiliary scope required to complete all HVAC and plumbing
system work.
b. Bidder shall participate in off-site manufacturing studies, including estimates, sequencing,
schedules, safety analysis, and optimization opportunities.
c. Bidder shall submit complete details and material specifications including product data and
performance data to the Contractor for review by the Architect and Owner.
d. Bidder design and documents shall be sealed by an Engineer licensed in the State of Oregon.
e. Bidder shall attend weekly design meetings for coordination and design. Digital drawing is
included as required for coordination, design completion, and construction.
f. Bidder shall provide comprehensive budgeting, estimating, value engineering, product research,
design support, coordination with other trades, and constructability reviews as necessary to
preserve the contract schedule and budget.
g. Bidder shall document all building and construction conditions, equipment settings and
performance as required to validate the final EUI performance during the project.
h. Provide engineering review of design calculations, specifications, equipment selection, and
engineered drawings.
i. Bidder shall develop specifications as required for it’s scopes of work and submit to Contractor
and Architect for review with the Design Team and incorporation into the Contract Documents.
j. Coordinate all structural penetrations required for the mechanical, plumbing, and controls
scopes of work.
k. Provide submittals for Authority Having Jurisdiction (AHJ) approval as required.
l. Mechanical design shall conform to the Oregon Energy Code, Oregon Specialty Mechanical
Code, ASHRAE design guidelines, and any other applicable codes by the AHJ. In the event of
conflicts between any of the design requirements, the most stringent shall govern.
m. Provide complete coordination with the Design Documents, Architect, Engineers, Contractor and
others as required to ensure complete and operable systems. Failure to properly coordinate its
work shall not be justification for Bidder claims for additional cost. Bidder shall be held
responsible for any costs associated with project delays due to engineering and/or design under
Bidders control.
n. Bidders design should include integration with existing Automated Logic system in which the
City has current licensing and maintenance agreements with.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
8
3) The following items should be included in Bidders Phase 3 (Construction) estimate:
a. All heating, ventilation and air conditioning (HVAC) systems with all required equipment and
appurtenances for a complete and functional system meeting the design requirements as
specified in the PAE Building Assessment and Recommendations reports.
b. All HVAC equipment including, but not limited to pumps, VAVs, devices, piping, valves,
accessories, and related appurtenances for a complete system.
c. All ductwork, diffusers, dampers and other elements required for a complete system.
d. Testing and Balancing of all air and water systems. Balancing review shall be completed during
the design phase.
e. Piping required for a complete installation of the mechanical HVAC systems, including all
required connections to existing systems. Bidder includes all water, gas and condensate piping,
vents and drains as required for a complete installation of the mechanical systems.
f. Supply all Variable Frequency Drives (VFDs) for mechanical equipment. VFD’s that are not
factory-mounted will be mounted, with line voltage electrical connections, by Electrical Bidder.
g. Coordinate supply and installation of all disconnects, motor starters, and VFD’s with the
electrical Bidder where required.
h. Supply and install duct and pipe thermal and acoustical insulation as required by Authority
Having Jurisdiction for all HVAC (wet and dry) systems.
i. Supply and install all flashings, sealants, sound dampening devices, and vibration isolation
equipment as required by the equipment manufacturer.
j. Provide all means for materials and equipment movement within the building. Bidder shall
provide loading conditions imposed upon the structure for review by the Structural Engineer of
Record.
k. Supply and installation of all architectural louvers associated with Bidders work.
l. Installation of all mechanical systems shall include interface and controls coordination with the
fire alarm.
m. Supply and install of any curb extensions and unit disconnect/ reconnect as may be required for
the re-roof scope of work.
n. All installation, detailing, and shop drawings, equipment interfaces, sensor and measurement
devices, control wiring, raceways, control interlock wiring and systems coordination as required
to furnish and install, or interface with existing, complete and functioning controls.
o. Bidder shall thoroughly test the installation and operation of the control system to ensure
proper control and monitoring function, including a complete pre-test prior to testing with the
AHJ.
p. Bidder shall furnish and install all line voltage controls devices as required.
q. The controls shall provide monitoring and control of all mechanical equipment and systems, VAV
systems, and F/L/S systems. Bidder shall integrate with the existing software system
incorporating all mechanical and available electrical building components, and available fire,
security, smoke control, and/or other systems as required to meet code requirements.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
9
Item C – Accounting – Bidder shall provide the following bid breakdown, unit pricing, and/or labor rates
as applicable.
Item Amount
HVAC SYSTEMS
Phase 2 Design (Lump Sum Proposal): $
Phase 3 Construction OH&P Fee: %
Phase 3 Construction Costs (Budgetary)
Seismic Bracing for all chilled & hot water, Terminal Units $
Repair chilled water system insulation $
Survey and repair heating water pipe leaks $
Seal chilled water piping penetrations of Main Bldg AHU casing $
Clean all existing ductwork to remain $
Modify HVAC system to accommodate new room layouts and ceilings $
Replace existing supply and return air connections where ceiling is
replaced. $
TOTAL: $
Alternates:
Replace VAVs with new units and coils $
Remove existing primary distribution pumps and secondary pumps and
replace with single pair of primary distribution pumps on VFD
$
Remove existing zone distribution pumps and 3-way control valves.
Install 2-way independent control valves serving terminal units and unit
heaters. Install bypasses and thermostatic control valves at each fin-pipe
radiator zone.
$
Refurbish Main AHU fans, motors, and drives $
Replace pneumatic control damper actuators with electronic damper
actuators at 3 air handles
$
* Provide additional breakout if necessary on your own bid form.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
10
Bid Package 1.2 – Plumbing Systems
Item A – Divisions/Sections – Bidder shall perform the PLUMBING SYSTEMS scope of work in
accordance with the Exhibit B (Preliminary Design Documents).
Item B – Inclusions – Bidder shall provide all design, labor, material, tools, equipment, and supervision
for completion of all PLUMBING for the project. The following items shall be included in the bidder’s
price. These items are for clarification and may not represent the entire scope of work to be performed
by the bidder.
1) Bidder shall provide Design-Build services for the complete PLUMBING system, including but not
limited to;
a. Bidder shall provide all engineering, design, detailing, and coordination required for a complete
PLUMBING system design. Design documents shall include a complete energy model, one-line
drawings, floor plans, equipment layout, coordinated and complete detailing, sequence of
operations, and any other necessary information required for coordination.
b. Bidder shall provide all services necessary to prepare and facilitate the submission of Permit
documents to the Authority Having Jurisdiction. Bidder shall apply for and coordinate all HVAC
and PLUMBING permits. Costs for trade and associated permits is included in the construction
estimate.
c. Bidder shall be responsible to provide engineering and management support as required meet
the milestones of the Design Development Schedule as indicated in Exhibit A of the bid
documents.
d. Wet mechanical piping is not included in this bid package. Hydronic piping is included with the
mechanical bid package.
Bidder shall include but not be limited to the DESIGN, ENGINEERING, and CONSTRUCTION required of
the following scopes of work and information as provided in the Exhibit B (Preliminary Design
Documents):
Base Bid:
i. Install Seismic Bracing at existing hot and cold water piping distribution conforming to
current code.
ii. Install Seismic Bracing at existing sanitary waste and drainage piping distribution conforming
to current code.
iii. Install seismic safety shut off valve at natural gas meters.
iv. Install Seismic Bracing at existing natural gas piping distribution conforming to current code.
v. Replace galvanized cold water, hot water, and recirculating hot water piping in the 1970
main building with New Type L Copper Piping.
vi. If not on file, test for lead at drinking fountains and sinks utilized for tap water.
vii. Camera scope existing drainage systems to determine extent of damaged piping requiring
replacement and replace damaged portions of piping. HSW will carry an allowance for
replacement.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
11
viii. All demo, supply and install of piping and fixtures required for the restroom remodels
required as per the Architectural Building Assessment
Alternates:
ix. Replace existing Domestic Hot Water Circulating Pump and install time clock or aquastat
controls.
x. Install hot water recirculating piping to serve the 1990 Library Addition.
2) The following items should be included in Bidders Phase 2 (Design) costs;
a. Bidder shall include design and cost estimates for a complete scope of work including all fire-
caulking, fire stopping, sound caulking, equipment supports and hangers, penetrations, layout,
seismic engineering, and other auxiliary scope required to complete all HVAC and plumbing
system work.
b. Bidder shall participate in off-site manufacturing studies, including estimates, sequencing,
schedules, safety analysis, and optimization opportunities.
c. Bidder shall submit complete details and material specifications including product data and
performance data to the Contractor for review by the Architect and Owner.
d. Bidder design and documents shall be sealed by an Engineer licensed in the State of Oregon.
e. Bidder shall attend weekly design meetings for coordination and design. Digital drawing is
included as required for coordination, design completion, and construction.
f. Bidder shall provide comprehensive budgeting, estimating, value engineering, product research,
design support, coordination with other trades, and constructability reviews as necessary to
preserve the contract schedule and budget.
g. Bidder shall document all building and construction conditions, equipment settings and
performance as required to validate the final EUI performance during the project.
h. Provide engineering review of design calculations, specifications, equipment selection, and
engineered drawings.
i. Bidder shall develop specifications as required for it’s scopes of work and submit to Contractor
and Architect for review with the Design Team and incorporation into the Contract Documents.
j. Coordinate all structural penetrations required for the mechanical, plumbing, and controls
scopes of work.
k. Provide submittals for Authority Having Jurisdiction (AHJ) approval as required.
l. Mechanical design shall conform to the Oregon Energy Code, Oregon Specialty Mechanical
Code, ASHRAE design guidelines, and any other applicable codes by the AHJ. In the event of
conflicts between any of the design requirements, the most stringent shall govern.
m. Provide complete coordination with the Design Documents, Architect, Engineers, Contractor and
others as required to ensure complete and operable systems. Failure to properly coordinate its
work shall not be justification for Bidder claims for additional cost. Bidder shall be held
responsible for any costs associated with project delays due to engineering and/or design under
Bidders control.
3) The following items should be included in Bidders Phase 3 (Construction) estimate:
a. Piping, fixtures, equipment, pumps, valves, cleanouts, cleanout covers, vents, insulation, and
appurtenances as required for complete and functional systems in accordance with the Contract
Documents.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
12
b. Domestic hot and cold, as well as recirculating, water piping replacement capable of meeting the
requirements detailed in the Exhibit B.
c. Plumbing fixtures including sinks, lavatories, urinals, toilets, and all other required fixtures
including valves and trim required for a complete installation. Plumbing fixtures and locations
shall comply with all ADA requirements. Subcontractor to review the Architectural Building
Assessment document to determine which restrooms will require replacement.
d. Bidder shall furnish and install pipe thermal and acoustical insulation as required by Authority
Having Jurisdiction for all HVAC and Plumbing systems.
e. All domestic water piping shall be copper piping.
Item C – Accounting – Bidder shall provide the following bid breakdown, unit pricing, and/or labor rates
as applicable.
Item Amount
PLUMBING SYSTEMS
Phase 2 Design (Lump Sum Proposal): $
Phase 3 Construction OH&P Fee: %
Phase 3 Construction Costs (Budgetary)
Seismic bracing at existing hot & cold water piping, existing sanitary waste
and drainage piping, and at existing natural gas piping distribution;
include seismic safety shut off valve at natural gas meters
$
Demo and replace galvanized cold water, hot water, and recirculating hot
water piping in the 1970 portion of the building; replace with copper.
$
Test for lead at drinking fountains and sinks $
Scope existing drainage systems to determine damaged piping (HSW will
carry replacement allowance)
$
TOTAL: $
Alternates:
Replace existing domestic hot water circulating pump and install time
clock or aquastat.
$
Install hot water recirculating piping to serve the 1990 Library Addition $
* Provide additional breakout if necessary on your own bid form.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
13
Bid Package 1.3 – Electrical Systems
Item A – Divisions/Sections – Bidder shall perform the DESIGN/BUILD ELECTRICAL, LIGHTING FIRE ALARM, AND
ACCESS CONTROL/SECURITY SYSTEM scope of work in accordance with the Exhibit B (Preliminary Design
Documents).
Item B – Inclusions – Bidder shall provide all labor, material, tools, equipment, and supervision for completion of
all Electrical systems for the project. The following items shall be included in the bidder’s price. These items are for
clarification and may not represent the entire scope of work to be performed by the bidder.
1) Bidder shall provide Design-Build services for the complete DESIGN/BUILD ELECTRICAL, LIGHTING, FIRE
ALARM, AND ACCESS CONTROL/SECURITY SYSTEM.
a. Bidder shall provide all engineering, design, detailing, and coordination required for a complete
DESIGN/BUILD ELECTRICAL, LIGHTING, FIRE ALARM, AND ACCESS CONTROL/SECURITY SYSTEM design.
Design documents shall include a complete energy model, one-line drawings, floor plans, equipment
layout, coordinated and complete detailing, sequence of operations, and any other necessary information
required for coordination.
b. Bidder shall provide all services necessary to prepare and facilitate the submission of Permit documents
to the Authority Having Jurisdiction. Bidder shall apply for and coordinate all ELECTRICAL trade permits.
Costs for trade and associated permits is included in the construction estimate.
c. Bidder shall be responsible to provide engineering and management support as required meet the
milestones of the Design Development Schedule as indicated in Exhibit A of the bid documents.
d. Bidder shall include but not be limited to the DESIGN, ENGINEERING, and CONSTRUCTION required of the
following scopes of work and information as provided in the Exhibit B (Preliminary Design Documents):
Base Bid:
i. Provide additional bracing for electrical equipment and life safety critical raceway as required to
meet current seismic code.
ii. Provide infrared scanning of existing electrical distribution, including service equipment and
generator system distribution in city hall building. Replace existing connections and equipment as
required.
iii. Provide manufacturer standard current injection and operability testing for Qty (21) power circuit
breakers in existing 480V and 208V power distribution panels.
iv. Provide kit to migrate existing Siemens Fireseeker fire alarm control panel to newer Cerberus Pro
control panel.
v. Replace existing light fixtures where ceiling is removed or replaced.
vi. Connections for all mechanical equipment included in base bid of Mechanical bid package.
Alternates:
vii. Replace approximately (15) 480V and 208V 42 pole lighting style panelboards installed
in original building construction with new panelboards.
viii. Install emergency lighting inverter, reroute power from panel E1 to be fed from library distribution
panels.
ix. Replace existing lighting in Library with LED lighting system
x. Replace existing lighting in Parkade with LED lighting system
xi. Replace existing 24 pole load center panelboard and lighting in Parkade.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
14
2) The following items should be included in Bidders Phase 2 (Design) costs;
a. Bidder shall provide all engineering, design, detailing, and coordination required for a complete system
design. Design documents shall include one-line drawings, floor plans, equipment layout, coordinated
and complete detailing, sequence of operations, and any other necessary information required for
coordination.
b. Bidder shall submit complete details and material specifications including product data and performance
data to the Contractor for review by the Architect and Owner.
c. Bidder design and documents shall be sealed by an Engineer licensed in the State of Oregon.
d. Bidder shall coordinate its design in BIM/REVIT with all other trades including plumbing, HVAC, fire
protection, ceiling Bidders, General Contractor, and Architect. Failure to properly coordinate its work
shall not result in extra costs to the Owner or General Contractor.
e. Bidder shall attend weekly design meetings for coordination and design. Digital drawing is included as
required for coordination, design completion, and construction.
f. Bidder shall apply for and coordinate all electrical permits. Costs for trade and associated permits is
included.
g. Bidder shall provide comprehensive budgeting, estimating, value engineering, product research, design
support, coordination with other trades, and constructability reviews as necessary to preserve the
contract schedule and budget.
h. Bidder shall be required to meet the design and estimating deliverable dates as listed below and as shown
on the Development Schedule attached to this agreement. Design deliverables shall include updated
plans, specifications, and associated product data for review by the Project Architect and submission to
the Owner and the City of Portland for review and approval.
3) The following items should be included in Bidders Phase 3 (Construction) estimate;
BUILDING ELECTRICAL SYSTEMS:
a. Bidder shall provide all power and lighting complete with distribution equipment and accessories to all
newly designed areas.
b. Bidder shall design, furnish, and install distribution panels, and equipment, sized adequately to serve the
power requirements.
c. Bidder shall provide all low voltage cabling, Head end units are not included.
d. Bidder shall provide all exit signs and emergency lighting as required by code and the Authority Having
Jurisdiction (AHJ).
e. Bidder shall provide power feeders and connections for all mechanical equipment including furnishing and
installing disconnects and motor starters as required.
f. Bidder will coordinate with other selected Bidders (i.e. mechanical, fire protection, etc.) to ensure all
electrical items and components at mechanical and fire protection equipment (i.e. starters, disconnects,
pumps, and controls) that are specified and are necessary for a complete and operable system.
g. Bidder shall provide connections to variable frequency drives; drives furnished by others.
h. Bidder shall provide power to all new fire/life/safety devices. Low voltage and line voltage wires installed
to these devices will be 2-hr rated as required by code.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
15
i. Bidder shall provide required testing of switchgear, breakers, generator, transfer switch, and overload
protection devices.
j. Bidder shall provide conduit, wiring, and final connection for power to all electrified door hardware.
LIGHITNG SYSTEM:
a. Existing lighting control panel to remain. All new lighting to be connected to existing lighting control panel.
b. Demo existing light fixtures and replace with LED fixtures where shown in the Schematic Design RCP
document.
c. New fixtures should be integrated into existing switching/ control system in existing areas to remain.
d. New switching will be installed and all new rooms.
e. Furnish and install a new garage panel board in garage
f. Furnish and install wire supports and seismic bracing of light fixtures.
g. All lighting shall include adequate circuit capacity, wiring, and conduits.
FIRE ALARM SYSTEMS:
a. Bidder shall design a complete fire alarm system, including all drawings, calculations, and product data.
Fire alarm design shall be submitted to the Contractor for review and approval. Bidder shall submit the
approved fire alarm submittal to the City of Portland to obtain the fire alarm permit. Drawings shall be of
sufficient detail to obtain the deferred permit and stamped by a fire life safety designer licensed in the
State of Oregon. Drawings shall include floor plans, details, panel schedules, and diagrams as required.
b. Include all required coordination and interface with the HVAC system, fire protection system, access
control system, elevators, and lighting system. Provide all control wiring, connections, backbone,
programming, and testing required for the mechanical and elevator systems.
c. Fire alarm system shall be a complete turnkey system including all devices, panels, programming, start up,
wiring, and labeling for a complete operational system.
d. Bidder shall provide interface with the Mechanical, Fire Protection and Telecommunications systems,
including smoke/fire dampers and fan control as required by the Contract Documents and the Authority
Having Jurisdiction (AHJ).
e. Bidder includes all inspections, including final inspection, testing, and punch list items, to meet the
requirements of the AHJ.
f. Fire alarm system shall be completely pre-tested (witnessed by Contractor and Commissioning Agent) two
weeks prior to final inspection by the AHJ. Bidder shall provide complete testing plan for review a minimum
of three months prior to testing.
g. Bidder acknowledges that testing may not be during normal working hours.
ACCESS CONTROL/SECURITY SYSTEM:
a. Bidder shall provide all devices as required to control and/or monitor all exterior doors at the ground level.
b. Bidder shall provide a complete video security system including a head end system capable of monitoring
all cameras, station monitor, patch panel, and all cabling required for a complete system.
c. Bidder shall provide cameras as required to monitor all public areas.
d. Bidder shall coordinate and provide all devices and programming required to fully integrate with existing
Lenel security system.
e. Bidder shall coordinate all security device locations with the Contractor, Owner, and the Architect.
Item C – Accounting – Bidder shall provide the following bid breakdown, unit pricing, and/or labor rates as
applicable.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
16
Item Amount
ELECTRICAL SYSTEMS
Phase 2 Design (Lump Sum Proposal): $
Phase 3 Construction OH&P Fee: %
Phase 3 Construction Costs (Budgetary)
Provide bracing for electrical equipment and life safety critical raceway as
required to meet seismic code
$
Infrared scanning of existing electrical distribution system, including
service equipment and generator system at City Hall. Replace
connections as required.
$
Provide manufacturer standard current injection and operability testing
for 21 power circuit breakers in existing distribution panels
$
Provide kit to migrate existing Siemens Fireseeker fire alarm control panel
to newer Cerberus Pro control panel.
$
Connections for all mechanical equipment required in base bid of
Mechanical Bid Package
$
Replace existing light fixtures where ceiling is removed or replaced
Supply: $
Install: $
Assumed Qty: each
Fire Alarm System as described above $
TOTAL: $
Alternates:
Replace approximately (15) 480V and 208V 42 pole lighting style
panelboards installed in original building construction with new
panelboards.
$
Install emergency lighting inverter, reroute power from panel E1 to be
fed from library distribution panels. $
Replace existing 24 pole load center panelboard and lighting in Parkade. $
Replace Existing Lighting in Library w/ LEDs
Supply: $
Install: $
Assumed Quantity: each
Replace Existing Lighting in Parkade w/ LEDs
Supply: $
Install: $
Assumed Quantity: each
*Provide additional breakout if necessary on your own bid form.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
17
General Project Scope Requirements:
a. Bidder to include all parking and office costs offsite for their staff and craft.
b. Bidder shall work with the structural engineer to design, engineer, furnish and install all seismic
restraints and/or tie downs required in the performance of its work to meet specified seismic
requirements and/or those requirements of the AHJ. Bidder shall furnish certification of seismic
compliance acceptable to Contractor.
c. Bidder shall engineer, furnish, and install any and all vibration isolation measures, equipment, and
components for its work.
d. Bidder shall perform all layout and provide shop drawings to the Contractor that relate to
installation of the mechanical and plumbing systems including fixtures, access doors and
equipment.
e. Bidder shall provide x-ray or other comparable non-destructive scanning to locate in-slab rebar,
tensioning cables, or other embedded materials at all locations where slab penetrations are
required. Bidder shall coordinate with Contractor to ensure the structural engineer of record has
reviewed all penetrations prior to coring or cutting. All coring/ cutting and trenching is to be
included by bidder.
f. Bidder shall size, locate on its shop drawings / coordination drawings, and supply, for installation
by others, all access doors and hatches required for access to Bidder’s systems and equipment in
concealed spaces, including any fire rated doors that may be required in rated construction.
g. Bidder shall furnish and install complete systems identification including, but not limited to,
labeling, nameplates, tags, and color coding of pipes, ducts, equipment and appurtenances.
h. Bidder shall perform all testing, balancing, flushing, cleaning, and disinfecting as specified and/or
required for commissioning.
i. Bidder shall furnish and install all code approved fire stopping systems at its sleeves, pipes, ducts,
braces or other elements penetrating fire rated construction including, but not limited to, walls,
ceilings, floors, shafts, etc. Bidder shall furnish and install fire stopping and fire safing as necessary
after fire rated construction is complete. Fire stopping and fire safing material shall be
weatherproof to prevent damage during construction.
j. The Bidder shall furnish and install written warranties on forms acceptable to the Owner and
complying with the requirements of the Contract Documents within 30 days of substantial
completion and prior to application for final payment.
k. Bidder shall provide an expediting schedule that identifies each major equipment, vendor,
manufacturing and estimated shipping duration. Bidder shall update this schedule on a weekly
basis with fabrication durations and shipping dates.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
18
l. Bidder shall maintain record drawings of Bidder’s work on a continuous basis per the Contract
Documents. Verification shall be accomplished monthly as part of the billing process. Final as-
built submittals shall be in compliance with the Contract Documents.
m. Bidder shall fully participate with Design Consultants, Commissioning Agent, and Contractor to
ensure that all equipment, controls, and systems function together properly and to document
system performance parameters, in strict accordance with the specifications. Bidder
responsibilities include, but are not limited to, providing testing equipment, participating in
commissioning meetings, providing qualified commissioning personnel, and Owner training.
Bidder acknowledges that testing and acceptance of its systems may involve sporadic work
outside normal work hours, and has included the costs of off-hour testing of its systems.
n. The Bidder shall provide draft of operation and maintenance manuals two weeks prior to
commissioning commencement with final O&M’s delivered no later than two weeks after
Substantial Completion, and prior to application for final payment.
o. Bidder shall participate in design and implementation of the commissioning plan. Bidder shall
provide a schedule for completion of all mechanical and plumbing systems. All required
commissioning, orientation, and punch list associated with the Bidder’s work shall be coordinated
with the Owner and Contractor no later than six (6) weeks prior to completion of the project. This
includes provision of detailed plans, schedules and agendas as may be required for the scope of
this subcontract. The commissioning plan and schedule are subject to Contractor’s, Architect’s,
and Owner’s approval. The plan and schedule will be submitted for review prior to commencing
any commissioning activities.
p. Bidder includes owner training for commissioned mechanical systems. Owner training to be
conducted within one (1) month of commissioning. Complete training agendas and schedules are
required to be coordinated with the Mechanical and General Contractors and the building
maintenance staff and are required to be finalized no later than one (1) weeks after
commissioning.
q. Bidder shall perform its work in accordance with the Contractor’s CPM schedule, Appendix “G”.
This schedule will be subject to updates and modifications as mutually agreed. No additional
compensation will be allowed for minor changes to activity sequencing. Bidder shall adhere to the
schedule and supply sufficient man power in multiple locations as is necessary to maintain
schedule and allow sufficient time for other trades to perform their work as scheduled during
normal working hours. If the Bidder is responsible for schedule loss, Bidder shall take appropriate
action to recover schedule loss without additional loss or cost to Contractor. Timely
demobilization of Bidder’s material at the completion of their work is essential to the overall CPM
schedule.
r. Bidder acknowledges that completion of their work is critical to the completion of the Project,
Bidder shall employ jobsite supervision with proven experience in handling a project of this
nature. Bidder shall coordinate work with other trades and Contractor as required to maintain
the Project Schedule.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
19
s. Bidder shall design, furnish and install any require support systems including, but not limited to,
backing, miscellaneous embeds, hangers, and supports necessary to install Bidder’s materials or
equipment. Furnish and install all backing, embeds, hangers, miscellaneous steel support framing
required for its work.
t. Bidder shall provide touch-up painting for all mechanical equipment and insure finishes are in a
new state at project completion.
u. Bidder shall maintain as-built drawings of Bidder’s work on a continuous basis per the Contract
Documents. Verification shall be accomplished monthly as part of the billing process.
v. Bidder shall include a payment and performance bond.
w. Bidder shall be held to a 5% retention on all of Bidders work.
x. The Work shall be in accordance with all Contract Documents, Referenced Standards, and in
accordance with all applicable codes. Bidder shall provide Submittals, Closeout documentation
(maintenance manuals, O&M manuals, certificates, etc.), and warrantees for the project in
accordance with Appendix A.
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
20
General Bid Form
BIDDER
COMPANY NAME:
OREGON CCB LICENSE #:
MWESB LICENSE #:
ADDENDUM ACKNOWLEDGED:
BID PACKAGE NUMBER(S):
BID PACKAGE DESCRIPTION:
Pursuant to and in strict compliance with the Bid Documents, the undersigned hereby proposes to
provide all Supervision, Labor, Equipment, Tools, Materials, and everything necessary to perform all
work as required for your Scope of Work.
BASE BID: (Fill out and return cost break-out within each bid scope package)
P&P BOND:
* Provide Alternate Pricing on next page.
* Provide additional breakout and unit pricing indicated in specific bid packages.
SUBCONTRACTOR BONDING:
1. Bidder acknowledges that if its bid is in excess of $250,000, that Bidder will be able to provide an
acceptable “Good Guy Letter” from its surety (referencing the Surety Name and the single and
aggregate program limits) confirming that Bidder is eligible for and qualified to receive bonds for
its Work on the Project.
Acknowledged
ACKNOWLEDGMENTS:
1. Bidder acknowledges that it has examined Howard S. Wright’s Instructions to Bidders for this Bid
Package, and the Addenda and Amendments listed below and has included all costs to perform
the work accordingly.
Acknowledged
2. Bidder acknowledges that if its bid proposal exceeds $500,000, that it has a current Balfour Beatty
Construction Pre-Qualification status, or that it has submitted all required documentation to
obtain a Pre-Qualification status as of the date of bid submission.
Acknowledged
Amendment Dated
Amendment
Dated
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
21
3. Schedule. Bidder acknowledges it has reviewed the project development schedule for the project
and included all costs to perform the work of this bid package.
Acknowledged
4. Bidder acknowledges that once submitted, this bid may not be altered, amended or withdrawn for
a period of sixty (60) days without prior written consent of Howard S. Wright.
Acknowledged
5. Bidder acknowledges that this is a Prevailing Wage project and has included all costs and
administrative efforts required to comply with Bureau of Labor and Industries (BOLI)
requirements.
Acknowledged
6. Bidder has included a breakdown of salary and craft staff labor rates with their proposals. This
should include standard, 1.5 time, and double time for each position.
Acknowledged
7. Bidder has read, agreed to, and acknowledged the following items:
Item Initial
Instruction to Bidders
Proposal Requirements
Bid Packages & General Scope Requirements
Exhibit A – Development Schedule
Exhibit B – Preliminary Design Documents
The undersigned shall be bound by the scope of work contained in the bid package scopes included with
the bidding documents. Please include your specific clarifications, exclusions and qualifications to this
bid form.
PRINT NAME & TITLE:
SIGNATURE: DATE:
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
22
EXHIBIT A: Development Schedule
See below for the Development Schedule dated May 17th, 2019. This schedule is to be used for the
purposes of planning and pricing the preconstruction phase of the project. Dates are subject to change
based on release from Owner for preconstruction.
Key Dates to Note:
Design Development: July 15th, 2019 – September 20th, 2019
Construction Documents: September 23rd, 2019 – December 13th, 2019
Permit:
Submit for Permit: November 1st, 2019
Respond to Plan Review Comments: December 2nd – 6th, 2019
Permit Issued: January 3rd, 2020
Estimated Construction Start Date: January 2020
Project: Salem Public Library – MEP Bid Packages
Bid Date: 6/25/2019
23
EXHIBIT B: Preliminary Design Documents
See Exhibit B file for preliminary design documents.
MEP Systems Assessment by PAE dated March 13th, 2019
Library MEP Systems Upgrade Scope Recommendation Narrative by PAE dated March 29th, 2019
Salem Library Architectural Building Assessment Report dated April 13th, 2019
Salem Library Building Program dated April 24th, 2019
1970-2017 MEP and Architectural As-Builts
100% Architectural Schematic Design Package dated June 11th, 2019 – To Be Issued as an Addendum