OFFICE OF GENERAL SERVICES: Fire Suppression Systems for Radio Towers at Three Locations.

BID OPENING: Wednesday, August 23, 2006 at 10:00 AM Local Time

REQUEST FOR BID

It is the intent of these specifications to describe the replacement of existing fire suppression equipment at Town radio towers at three locations. (The “Or Equal” clause shall apply to all specifications).

The bidder shall install a FM-200 fire suppression system at each of the three locations. The current Halon Fire Suppression Systems shall be removed and disposed of by the winning bidder.

Location #1 - RPI Site

124 Glenmore Road

Troy, NY 12180

Location #2- Town Hall Site

534 Loudon Road

Newtonville, NY 12128

Location #3 - Denison Road Site

Denison Road

Schenectady, NY 12304

The project must be completed in such a way as to not interfere with the operation of the radio equipment. At each location the bidder shall remove the old system and install the new system in the same day, and provide a “Fire Watch” protecting the radio equipment at all times. The Town of Colonie, at the completion of the project, shall perform a final inspection.

The bidder shall provide training and demonstration of the system to designated Town employees. This training shall include routine maintenance.

GENERAL SPECIFICATION

A total flooding, FM-200 fire suppression system, super-pressurized with dry nitrogen shall be installed to meet a minimum design concentration of 6.25%, by volume in all designated spaces to be protected at each location.

Page #2 – Fire Suppression System------8/23/06

CODES/STANDARDS COMPLIANCE

The design, installation, testing and maintenance of the above stated FM-200 fire suppression system shall be in accordance to the following codes, standards and regulatory bodies:

1.) NFPA 2001 – Standard for Clean Agent Fire Extinguishing Systems – 2000 ed.

2.) NFPA 12A – Halon 1301 Fire Extinguishing Systems

3.) UL 2166 – Standard for Halocarbon Clean Agent Extinguishing System Units

4.) Factory Mutual Approval Guide

5.) ANSI B1.20.1 – Standard for pipe threads, General Purpose, 1992

6.) Design and installation practices set forth by system manufacturer

7.) NFPA 70 - NEC – National Electrical Code

8.) NFPA 72 – National Fire Alarm Code

9.) Requirements of the Local Authorities Having Jurisdiction (AHJ)

The Fire suppression system must have the following listings and approvals:

1.) FM Approved – Factory Mutual Research Center

2.) UL 2166 Listed – Underwriters Laboratories Inc.

The manufacturer shall meet ISO 9001 requirements for the design, production and distribution of the FM-200 fire suppression systems.

SYSTEM DESCRIPTION

All FM-200, fire suppression equipment and accessories must be of original manufacture and all new.

The manufacturer shall warrant all FM-200, fire suppression system products for two (2) full years from the date of completed installation.

The system shall be supplied and installed by a factory-authorized distributor. The Distributor/Installer shall be able to provide a Letter of Service from the manufacturer, with his bid submittal, stating they are recognized as a representative of the manufacturers’ equipment they are supplying. The distributor / Installer shall be trained by the manufacturer to calculate / design, install, test and maintain the FM-200 Fire suppression system and shall be able to produce a certificate stating such on request. The Distributor/Installer shall have a Nicet Level 4 designer on their staff.

The systems design can be of a Modular, Central storage, Spherical or Large Bottom Discharge and or a combination if space provides.

The total flooding system shall consist of a FM-200 Agent Storage container, actuation hardware and system distribution nozzles attached to a pipe network. They shall all be of the same manufacturer.

The FM-200 Agent Cylinder Container shall have the Liquid level indicator. This device will provide a reliable means other than weighing for determining the agent weight with the storage container during normal routine servicing.

The systems shall be monitored by Cross Zone Smoke Detectors at each location.

Page #3 – Fire Suppression System------8/23/06

COMPONENTS

FM-200 Containers:

FM-200 shall be stored in approved Cylinders Operating pressure of the FM-200 shall be at 360 psig @ 70F.

The contents shall not be vented through the discharge piping and nozzles. FM-200 containers shall be equipped with a pressure gauge to display internal pressures. The gauge shall be an integral part of the equipment and shall be color-coded for fast referencing of pressure readings.

A low-pressure switch shall be provided as standard equipment on all the FM-200 agent containers. A decrease in pressure will cause the normally open contacts to close, indicating a trouble condition at the Control and Indicating Equipment. The low-pressure switch shall be field removable/replaceable while the container is still fully charged.

The FM-200 Cylinder valve assembly shall be actuated using an electric control head, electric / cable control head or lever operated control head.

Distribution Nozzles:

Engineered discharge nozzles for use with the system will be made of Brass and mounted in a pendant position. Upright nozzle orientation will not be allowed.

Each nozzle shall be located in the space per the manufacturers guidelines, Nozzles can have either a 180 or a 360 degree discharge pattern.

A single nozzle should be able to cover a minimum of a 40ft x 44ft area at a ceiling height of 16ft.

Each Nozzle discharge pattern shall be available in sizes ranging from ½” NPT to 2” NPT.

Pipe Network:

Distribution piping, and fittings, shall be installed in accordance with NFPA 2001, approved piping standards and FM-200 system manufacturer’s requirements.

SUBMITTALS

Engineered Design Drawings:

The factory-authorized Systems Distributor shall provide all required installation drawings per NFPA 2001.

Flow Calculation reports:

The contractor shall provide the following information in the flow calculation report.

1.)Customer Information and Project Data

2.)Enclosure Information – at a minimum enclosure information is to include Minimum and adjusted design concentrations, Minimum and maximum enclosure temperatures, minimum agent required and volume of enclosures, including non-permeable volume if applicable.

Page #4 – Fire Suppression System------8/23/06

Flow Calculation reports cont:

3.)Agent information – at a minimum agent information is to include Cylinder size and part number, quantity of cylinders, main and / or reserve cylinders, pipe take off direction and the floor loading for agent cylinder.

4.)Pipe network information – at a minimum pipe network information is to include pipe type, pipe diameter, pipe length, change in direction or elevation, pipe equivalent length and any added accessory equivalent length. In addition, the following nozzle information shall be provided; number of nozzles and identification of enclosure location, flow rate of associated nozzle, nozzle nominal size, nozzle type and nozzle orifice area.

5.)Detailed list of all Pipes and Pipe Fittings designed in the pipe network

Commissioning Equipment list:

The contractor shall provide a commissioning equipment list for each installed FM-200 suppression system. The equipment list shall identify all installed equipment and configurations.

Test Plan:

The contractor / Installer shall submit a test plan which describes how the system equipment and room integrity shall be tested. This shall include a step-by-step description of all tests and shall indicate type and location of test apparatus to be used. At a minimum, the tests to be conducted shall be per NFPA 2001 and any additional supplemental tests required by the AHJ. Tests shall not be scheduled or conducted until the engineer of record approves the test plan.

Installation Drawings:

One (1) set of installation drawings for each installed FM-200 suppression system and One (1) set of the calculation reports per site, owners manual and product data sheets shall be submitted to the end-user / owner.

Upon completion of installation and commissioning acceptance, One (1) set of “As-Built” installation drawings and One (1) set of the calculation report for each installed FM-200 suppression system shall be given to the owner / end-user for use and reference.

Operation and Maintenance Manuals:

A total of Four (4) copies of the FM-200 fire suppression system, Operation and Maintenance Manuals shall be submitted after complete installation at the three sites. One set will be kept at each location and one set at the Towns office.

SYSTEM INSTALLATION AND COMMISSIONING

FM-200 Fire Suppression System Equipment:

The contractor shall install the system in accordance with the manufacturer’s installation, operation and maintenance manual.

Page #5 – Fire Suppression System------8/23/06

Training Requirements:

The contractor shall be certified and trained by the manufacturer on installation, design and maintenance of the FM-200 fire suppression systems.

Routine Maintenance:

The vendor shall train designated Town employees to perform routine maintenance as recommended by the manufacturer’s installation, operation and maintenance manual. At a minimum the routine maintenance will include the following:

1. Visual Check of Pipe network and distribution nozzles per the operation and maintenance manual.

2. Weight and pressure of the FM-200 Agent cylinder per the operation and maintenance manual.

3. Inspect all cylinders and equipment for damage per the operation and maintenance manual.

VENDOR QUALIFICATIONS

Vendor must have (3) year’s experience in the installation of fire suppression systems of this type.

Vendor must provide three (3) references of other jobs they have completed of similar work.

Vendor must complete the job in a timely and professional manner.

The successful vendor shall be required to enter into a Town of Colonie Service Agreement. (Attachment is for sample only)

Town of Colonie must be named as an additional insured on all insurance.

Vendor will have insurance coverage for client and workers, and all workers will be covered by workers compensation insurance.

Prevailing labor wage rates must be followed.

Vendor must provide a schedule from start to completion of this project.

GENERAL PROVISIONS

Any deviations from these specifications, if fully explained in a bid letter, shall receive full consideration if to the best interests of the Town.

Any additional work being performed must be approved by the Town of Colonie in writing and in advanced before the additional work can be started.

Payment in full shall be made at the completion of the project to the Town's satisfactions and processed through the normal Town of Colonie billing process.

Page #6 – Fire Suppression System------8/23/06

GENERAL INFORMATION

Systems and materials bid SHALL BE F.O.B. DESTINATION – to the radio tower locations.

The work area shall be available for inspection by making an appointment with Tom Bortle of the Colonie Police Department, by calling (518) 783-2854 between 8:30 AM and 2:00 PM, Monday through Friday.

The Town of Colonie is exempt from all taxes.

Use the bid proposal sheet to provide a total cost of the complete project. Also include with your bid your proposal detailing the system, time schedule, experience, and warranty information.

The General Services Director reserves the right to reject any/all bids and in the case where two or more responsible bidders submit identical bids he reserves the right to award the contract to any of such bidders, pursuant to SECTION 103d of the General Municipal Law.

SEALED BIDS shall be plainly marked - “BID ON FIRE SUPPRESSION SYSTEMS FOR RADIO TOWERS”, and submitted to the Purchasing Department, Memorial Town Hall, PO Box 508, 534 Loudon Road, Newtonville, NY 12128. Any bid not so marked automatically becomes VOID.

Bidder shall sign the attached Non-Collusion form.

The method of award shall be based on the GRAND TOTAL COST of the project.

SAMPLE / TOWN OF COLONIE
AGREEMENT /

THIS AGREEMENT entered into on the ______day of ______, 20_____ , between the TOWN OF COLONIE, hereinafter referred to as the “TOWN” and ______hereinafter referred to as the “CONTRACTOR”.

WITNESSETH: For and in consideration of the mutual covenants and agreements hereinafter contained, the parties heretofore themselves, their successors assigns, have mutually agreement and do agree with each other as follows:

SECTION 1. DESCRIPTION OF WORK OR PROJECT

CONTRACTOR will perform for the TOWN, in a good and workmanlike manner and subject to the provisions of this agreement.

SECTION 2. COMPENSATION

Not to exceed $20,000.00 unless emergency action.

SECTION 3. INDEMNIFICATION

The Contractor shall defend, indemnify and hold harmless the TOWN its employees, and agents from and against all claims, damages, losses and expense, including but not limited to attorney’s fees, arising out of or resulting from the negligent act or omission of the CONTRACTOR or anyone directly or indirectly employed by any of them.

SECTION 4 PREVAILING WAGE RATES AND SUPPLEMENTS

The CONTRACTOR warrants that he is familiar with and in compliance with Sections 220.3 and 220-d of the New York State Labor Law. Said Sections relate to the payment of wages to each laborer, workman or mechanic upon this project employed by the CONTRACTOR of not less than the prevailing hourly wage rate for a legal days work.

SECTION 5. INSURANCE

The Contractor shall provide the TOWN with a certificate of insurance naming the TOWN OF COLONIE as additional insured showing proof of the following coverages in connection with this project:

A.Workers’ Compensation or Workers’ Compensation Waiver

B.Comprehensive General Liability including Contractual Liability with a limit of $1,000,000.

C.Automobile liability with a Combined Single Limit of $1,000,000.

SECTION 6. LAWS AND REGULATIONS

This agreement is valid only as an agreement for which competitive bidding under the New York State General Municipal Law §103 is not required. All other applicable State laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction of the project shall apply to the agreement and will be deemed to be including in the agreement as though herein written out in full

SECTION 7. ENTIRE AGREEMENT

This contract constitutes the entire agreement for the services described. All prior representations, whether written or verbal, are included in this written agreement. No work, service, or liability on the part of the contractor other than that specifically mentioned in this agreement is included or intended.

CONTRACTOR
BY______
Date______/ TOWN OF COLONIE
BY______
Date______

NON-COLLUSION STATEMENT

GENERAL MUNICIPAL LAW

CHAPTER 675 - LAWS OF 1966

Amending 103-d General Municipal Law

“a.) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief:

) The prices in this bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder with any competitor;

) Unless other wise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and

) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition.”

______

FIRM

______

SIGNATURE

______

PRINTED NAME

______DATE

BID PROPOSAL

TOWN OF COLONIE

GENERAL SERVICES DEPARTMENT

FIRE SUPPRESSION SYSTEM

______

Bidder’s Name

______

Address

______

City State Zip

______

Telephone #

______

Federal Tax ID Number

TOTAL COST

Site #1 – RPI Per Specifications:$______

Site #2 - Town Hall Per Specifications: $______

Site #3 – Denison Road Per Specifications: $______

GRAND TOTAL COST $______

Included with Bid Proposal:

1. Drawings YES_____NO_____

2. Vendor Proposal for System, Experience,

and Warranty YES_____ NO_____

3. Proposed Project Schedule attachedYES_____ NO_____

LENGTH OF TIME TO PERFORM JOB: ______

LEAD-TIME BEFORE WORK COULD BE STARTED______

Respectively Submitted, ______

Name

______

Title