Loading...
HomeMy WebLinkAboutAddenda - BID - 5804 TROLLEY BARN INTERIOR REHABILITATION (2)Citv of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5804 TROLLEY BARN INTERIOR REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5804 Trolley Barn Interior Rehabilitation OPENING DATE: The opening date has been changed to September 2, 2003, 3:00p.m. (Our Clock). To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Drawings: Sheet Al Refer to attached detail ADD1 for wall/floor condition between File Room 101 and Office 100. This detail must be performed along the entire length of wall to be able to remove existing floor joists in Office 100. 2. Sheet Al Add General Note 17 — Patch and repair any walls where the existing ductwork is removed, and finish and paint to match adjacent surfaces. 3. Sheet Al, A2 and A3 Add Demolition Note D19 — Remove existing floor surface in File Room 101 and prep surface for new finish. 4. Sheet Al, A2 and A3 Add Design Intent Note N10 to File Room 101. 5. Sheets Al, A2 and A3 Add Design Intent Note N33 — Patch hole in bead board panel at upper north edge of wall between Vestibule 102 and File Room 101, and paint. 6. Sheets Al, A2 and A3 Add Design Intent Note N34 — Patch lath and plaster at hole in upper portion of wall between Vestibule 102 and Restroom 103. 7. Clarification on Note D10: Existing make -shift swinging door on bathroom is to be cleaned and mounted, as is, on wall in bathroom as an historical artifact. 8. At the end of the section covering Federal Requirements, following Colorado Department of Transportation Special Provisions, and located under Project Special Provisions, Page 1; the 1 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 ATTENDANCE RECORD PRE CONFERENCE Project: 5804 TROLLEY BARN INTERIOR REHABILITATION Time: 10:OOA.M. Date: AUGUST 12, 2003 Location: 330 N. HOWES NAME FIRM NAME ADDRESS TELEPHONE FAX # E-MAIL ADDRESS r /vq,� CkSte� ��is5e� �q� F SF�t/ co 8063/ y7o-353--8aYa Tom',-3s1-G53u B?�����'rs�K ve 30� Paso) 3a3-���-�f7d'O 9`fy-l�77c� lu�� ti �eu(p Otk 12p_ 3sa Lia e,H 57'. oV� AT�=,e✓ ail- YGa) opal- YGS 57 2330 . �wC4eejeAl c.V 3 �53-� � 353-�, LW%jJSt-'lJC-J 2 w! or // c, 0 fro C® 5�2 Y93"Sr ©p // Z Ir 7 v 22l 21-7 / 210z, W- 3L)3- y3q- 38- �3�— �Ns4;�.�Ukc �✓ O-4-- ) 7-3 0300 etee_ de(tI : w r , i301- 734-�,J P 3o3.' Z3o "-fhM#'MAJCa y5l -5(o3fo G ofLAflo�'f7�Y� f. .4A ATTENDANCE RECORD PRE CONFERENCE Project: 5804 TROLLEY BARN INTERIOR REHABILITATION Time: 10:OOA.M. Date: AUGUST 12, 2003 Location: 330 N. HOWES NAME FIRM NAME ADDRESS TELEPHONE FAX # E-MAIL ADDRESS p441Al ,x C �gepe") G fC DPs sex v, a 1�7? 7 - 6 i �-a-7 as I-&707 _ a a 6s, y sSe �F�j� ,�7 F ov. Cv �' G{O6bfWV, �3 -z�r�, �3 LOO ZZ I t3Zv 2z� -03t is�a-we�lle�1; �.� so index indicates that Revision of Section 250 - Environmental Health and Safety Management provisions are on page 4. Page four (4.) is not numbered and does not contain the pertinent information. The correct information is, however, located on the reverse side of the index page. 9. A number of sets of drawings were released without the title page. There are no drawings on the title page. If a prospective bidder did not receive this page but wishes to do so, please contact Steve Seefeld, Facilities Project Manager at: (970)221-6227. Please incorporate the following attachment into the Specifications: • Plaster Spec Section 09200 Please complete the attached forms and include in your bid submission. • CDOT Anti -collusion Affidavit • CDOT Certification of EEO Compliance If you have any questions please contact John Stephen, CPPO, Senior Buyer, at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 2 NEW 3kxj' SOUTHERN YELLOW PNE LTt��I�IA t GROVE FLOOR - SAND AND FIN. H EXISTJORIGINAL FN. M M NEWHK suB FLR. Pt. 2x4 SLEEMR8 • 16r' or, , EDTO CONC. SLAB HK CCI�rC. sLAe W/ FrBERhIESHrlEv EDGE EXIST. WALL TOD GRAVEL REMAIN EXIST. 3k)j, TED GRANULAR FILL SOUTHERN YELLOW Pm TONGIE 4 GROOVE FLOOR - SAND AND FIN EXIST. 2xf2 PLR. ----- - _ c� JOISTS ° d a ANCHOR BOLTS • °. ` d d W-D' O.C. MAX PLACED 2' ABOVE t d a BELOW CENTERLNK 2F- OF HEADER ° ° ? 1 1 /�/�✓ ✓i✓/i,>/i`�//i�✓i/ 'uj��r l2) 2x12 P.t. HEADER ��� • � � ��Y � , ���y,� , � . �- � v\ y i lr y y J t0 EA. EXIST. FLR z JOIST \/i �\y / ��/i / y /� �z I71 EXPANSION JOINT CUT BACK EXIST. PLR JOISTS AS REQ'D TO INSTALL NEW HEADER TEMPORALLY SUPPORT EXIST. FLR M JOISTS W/ CONC. BRKXAN ACK t PROVIDE A BULKHEAD FOR TWCKENED a iw CONC. SLAB, WALL BETWEEN FILE ROOM 101 4 OFFICE 100 FLOOR DETA IL DD SECTION 09200 PLASTER REPAIR PART1 GENERAL 1.01 WORK INCLUDED A. Prepare surfaces to receive opaque painted finishes as specified. Work limited to the walls and ceilings only. B. Repair/Finish surfaces as indicated on the drawings. Generally, the scope of work shall include repair of all exposed surfaces, whether specifically noted or not, and certain concealed surfaces, except where intended to remain unfinished as described in Paragraph 1.02 below. C. All work in this area shall be executed in accordance with the Secretary of the Interior's Standards for Rehabilitation. D. SAFETY NOTE: REPAIR TECHNIQUES AND MEANS AND METHODS MUST TAKE INTO ACCOUNT LEAD -BASED PAINT. 1.02 WORK NOT INCLUDED A. Unless otherwise indicated, plaster repair is not required on surfaces in concealed areas and inaccessible areas such as furred spaces, or surfaces covered by finish trim (i.e. base and casing). B. Any wall or ceiling surfaces in spaces beyond the Office and Restroom. 1.03 QUALITY ASSURANCE A. Repair and Finish work shall be performed only by qualified personnel employed by firms specializing in work of this type with experience in projects of similar size and complexity. B. Coordination of Repair surfaces and Substrates: 1. Provide base and finish coat plasters which are compatible with the existing plaster. 2. Upon request, furnish information on the characteristics of the specific repair materials to assure that compatibly. 3. Notify the Architect in writing of anticipated problems in using the specified repair and coating systems. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product literature and specifications to show compliance with standards for repair/rehabilitation. B. Materials List: Submit materials list of all items proposed to be provided under this Section. C. Samples: Contractor shall prepare insitu samples of each substrate and finish specified, including: 1. Surface prep of existing plaster walls prior to patching and application of finish plaster. 2. Insitu inspection of existing plaster wall after patching and crack repair but prior to application of final surface treatment. 3. Final surface treatment. Trolley Bam Interior Rehabilitation Fort Collins, CO Bid No. # 5804 August 13, 2003 Technical Outline Specifications 09200-1 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver repair and patching materials in original, sealed and labeled containers bearing manufacturers name, type of product, brand name, color, designation and instructions for mixing and/or reducing and MSD Sheets. B. Provide adequate storage facilities to store materials at minimum ambient temperature of 45 degree F in a well -ventilated area. C. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.06 ENVIRONMENTAL CONDITIONS A. Ensure that surface temperature and the surrounding air temperature is above 50 degrees F before applying finishes. B. Provide adequate continuous ventilation and sufficient heating facilities to maintain temperatures above 50 degrees F for 24 hours before, during and 48 hours after application of finishes. C. Provide minimum 15 foot-candles of lighting on surfaces to be finished. 1.07 PROTECTION A. Adequately protect other surfaces from damage. Repair damage as a result of inadequate or unsuitable protection. B. Furnish sufficient drop cloths, shields and protective equipment to prevent spray or droppings from soiling surface not being repaired and, in particular, surfaces within storage and preparation area. C. Place cotton cloths and any material which may constitute a fire hazard in closed, metal containers and remove daily from the site. 1.08 MAINTENANCE MATERIALS NOT APPLICABLY PART 2 PRODUCTS 2.01 REPAIR AND FINISH MATERIALS A. All substrates where damaged or deteriorated plaster has been removed shall be primed with Larsen, Plaster Weld, bonding agent prior to application of patching and finish plasters. B. Plaster products 1. Basecoat plaster for deep repairs: Gypsolite gypsum plaster or Kai-Kote base plaster. 2. Finish plaster: Kai-Kote smooth finish plaster, Kal-Kote texture finish plaster, or Uni-Kal vemeer plaster for hard, thin smooth and/or lightly textured finish over base plaster, or conventional basecoat plasters. 3. NU-Wal restoration system to stabilize and strengthen walls and ceilings. Repair cracks and holes, lead paint encapsulation. Trolley Bam Interior Rehabilitation Fort Collins, CO Bid No. # 5804 August 13, 2003 Technical Outline Specifications 09200-2 PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall thoroughly examine surfaces scheduled to be repaired and determine proper extent of patching and surface prep prior to commencing work. Notify the Architect of any condition that may potentially affect proper application and final appearance 3.02 PREPARATION OF SURFACES A. Remove all loose particles of plaster and flaking paint from surface to repaired. If plaster has shifted as a result of a crack, sand the ridge to an even plane. For cracks larger that one sixteenth of an inch proceed to the next step. B. Remove areas of existing plaster where plaster de -laminated from substrate. Areas to identified by sounding all surfaces. Remove veneer plaster and/or base plasters to sound substrate, removing all loose particles. Vacuum substrate surface and all existing plaster edges to insure a clean surface for application of bonding agent. C. Replace and/or re -attach loose or missing wood lath. Replacement lathe shall span a minimum of three wood studs, attached with taper cut nail, or round headed lath nail and shall be milled from furr, straight and true, no warps, twists, or knots with rough dimensions to match existing lath and a maximum moisture content of 6%. D. Apply one coat of liquid lathe bonding agent by brush, roller or spray equipment per manufactures recommendation. Allow at least one hour or until plaster weld is dry to the touch before proceeding to the next step. E. Apply base coat plaster, building to match thickness of existing base plaster using any of the basecoats specified. F. Build patch to final level by matching existing veneer, feather new patch as necessary to hide repair. G. Remove grease, oil, dirt, mildew, or other contaminates by washing surface of existing plaster with detergent and water. H. Spot prime all bare plaster and patching areas. I. Apply NUMAL Restoration System over all existing plaster surfaces after repairs have been made. Follow manufacturer's recommendations for installation of products to strengthen plaster surfaces and repair cracks. Top coat as necessary to accomplish desired surface finish. END OF SECTION Trolley Barn Interior Rehabilitation Fort Collins, CO Bid No. # 5804 August 13, 2003 Technical Outline Specifications 09200-3 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. ANTI -COLLUSION AFFIDAVIT LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contradofs firm or comparry name BY Date Title 2nd corimctofsdirm or compary name. of joint venture.) By Dete Tile Sworn to before me this day of, 20 Notary Public My common expires NOTE: This document must be signed in ink cooT Farm Ileac frog DEPARTMENT OF TRANSPORTATION ECOLORADO RTIFICATION OF EEO COMPLIANCE Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts greater than $10,000. This is required by the Equal Employment Opportunity Regulations [41 CFR 60-1.7(b) (1)]. The regulation also requires that if you have participated in a previous contract or subcontract and have not filed a Standard Form 100 (EEO- 1), you cannot be awarded this contract. You may file a report covering the delinquent period for consideration by the Federal Highway Administration or the Director of the Office of Federal Contract Compliance, U.S. Department of Labor. The Standard Form 100 (EEO-1) may be requested from the: Joint Reporting Committee P.O. Box 779 Norfolk, VA 23501 (757) 461-1213 1. ❑ Yes ❑ No I have developed and have on file at each establishment an affirmative action program as required by 41 CFR Chapter 60, Part 60-2. 2. ❑ Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity clause. 3. ❑ Yes ❑ No I have filed with the Joint Reporting Committee, the Director, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I declare under penalty of perjury in the second degree and any other applicable state or federal laws, that the state- ments made in this document are true and complete to the best of my knowledge. Company ❑ bidder ❑ proposed subcontractor By: Tine: 7: CDOT Form 2347 11194 AUGUST 18, 2003 CITY OF FORT COLLINS PLANHOLDERS LIST FOR BID #5804 TROLLEY BARN INTERIOR REHABILITATION GROWLING BEAR 2330 4T" AVE GREELEY, CO 80631 PH 970-353-6964 FAX 970-353-5974 SUN CONSTRUCTION & DESIGN 1232 BOSTON AVE LONGMONT, CO 80501 PH 303-444-4780 FAX 303-444-6774 H & H ELECTRIC 228 S LINK LANE FT COLLINS, CO 80524 PH 970-493-2398 FAX 970-484-0269 EMPIRE CARPENTRY P O BOX 245 BELLVUE, CO 80512 PH 970-493-3499 FAX 970-493-2088 THISSEN CONSTRUCTION 2900 F ST GREELEY, CO 80631 PH 970-353-8242 FAX 970-351-0530 NORTH WIND MECHANICAL P O BOX 1654 LOVELAND, CO 80539-1654 PH 970-278-9697 FAX 970-278-1686 UNIVERSITY DESIGNERS 3120 ABBOTSFORD ST FT COLLINS, CO 80524 PH 970-416-6966 FAX 970-416-6965 COLORADOJAYNES 12301 N GRANT ST, SUITE 230 THORNTON, CO 80421 PH 303-451-5250 FAX 303-451-5636 POUDRE VALLEY AIR 2416 DONELLA CT, #A FT. COLLINS, CO 80524-1432 PH 970-493-2050 FAX 970-493-2073 HAHN PLUMBING & HEATING P O BOX 1924 FT. COLLINS, CO 80524 PH 970-484-7668 FAX 970-493-5325 NORTHERN COLORADO ELECTRICAL 201 COMMERCE DR., #1 FT. COLLINS, CO 80524 PH 970-484-5390 FAX 970-493-6065