SANDOVAL ARCHITECTURE, P.C. STUDENT SERVICES CENTER IMPROVEMENTS - REBID 02 APRIL 2013 900 UNIVERSITY BLVD. SE ALBUQUERQUE, NEW MEXICO 87106 ADDENDUM NO. 2 Invitation to Bid for the Central NM Community College Student Services Center Improvements Rebid This addendum forms part of the Contract Documents and modifies the original Contract Documents. All other parts of the Contract Documents remain unchanged. All bidders must acknowledge receipt of this addendum in the Bid Proposal. A. Revisions to Project Manual: See attachment: Section 00200 Bid Response Form. Note that the Base Bid Proposal will include ALL Bid Lots (1, 2 and 3) for this project. There are NO alternates. A. Revisions to Drawings: Not Applicable C. Questions from Bidders: Not Applicable D. Other Attachments: 1. Agenda from Pre-Bid Conference and Site Visit. ADDITIONAL QUESTIONS AND ANSWERS WILL APPEAR IN THE FINAL ADDENDUM #3 TO BE RELEASED THE WEEK OF APRIL 8TH, 2013. End of ADDENDUM NO. 1 Invitation to Bid: CNM Main Campus, Student Services Center Improvements-Rebid Addendum No. 2, Page 1
STUDENT SERVICES CENTER BUILDING TENANT IMPROVEMENTS RE-BID SECTION 00200 SANDOVAL MOOTS BID RESPONSE FORM - BID FOR LUMP SUM CONTRACT Contractor's License No(s). Residential Preference No. Veteran Resident Business Preference Number Labor Enforcement Fund Registration Number Bid of existing under the Laws of the State of (hereinafter called the Bidder), organized and, a [corporation], [partnership] or [an individual] doing business as.. To the Board of the Central New Mexico CNM (hereinafter called the Owner). Ladies and Gentlemen: The Bidder in compliance with your Invitation to BID #T-2881 Re-Bid for Main Campus Student Services Center Improvements, has examined the Drawings and Project Manual with Bidding Documents and the site of the proposed Work, and being familiar with all of the conditions surrounding the construction of the proposed Project, including the availability of materials and supplies, and proposes to construct the Project in accordance with the Contract Documents within the time set forth herein and at the prices stated below. These prices shall cover all expenses incurred in performing the Work required under the Contract Documents, of which this Bid is a part. Bidder hereby agrees to commence Work under the Contract within ten (10) calendar days after the date specified in the Notice to Proceed of the Owner and to fully complete the Project within the stipulated number of consecutive calendar days thereafter. Bidder further agrees to pay as liquidated damages, the sum as provided in paragraph 1.11.C of the Instructions to Bidders. Bidder acknowledges receipt of the following Addenda/Amendments: No. dated. No. dated. No. dated. No. dated. No. dated. No. dated. No. dated. No. dated. No. dated. BID #T-2881, Advertise on Sunday, March 10, 2013 SECTION 00200-1
SANDOVAL MOOTS STUDENT SERVICES CENTER BUILDING TENANT IMPROVEMENTS RE-BID No. dated. No. dated. No. dated. A. BASE BID PROPOSAL: Bidder agrees to perform the Work required for construction of #T-2881, Main Campus Student Services Center (SSC) Improvements. Central New Mexico Community College, Albuquerque, New Mexico, described in the Project Manual and shown on the Drawings. The "Base Bid" described in paragraph 1.05 of Instructions to Bidders does not include applicable gross receipts or local option tax as required in Section 13-1-108 NMSA 1978 (1992 Repl.). MAIN CAMPUS SSC IMPROVEMENTS BASE BID (Former Bid Lots No.s 1, 2 & 3) SUM (Written) Dollars($ ). (Figure) Applicable Tax Percent ( %) ($ ). Total BASE BID (Former Bid Lots No. 1, 2 & 3 + Tax) ($ ). (Amounts to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) C. SUBCONTRACTOR LISTING: The following subcontractors and suppliers will work on the construction of this Project if my Bid is accepted. (Refer to paragraph 1.08 and 1.16 of Instructions To Bidders section for requirements of New Mexico Subcontractors Fair Practices Act.) It is the Bidder s responsibility to comply with the New Mexico Subcontractor s Fair Practice Act. BID #T-2881, Advertise on Sunday, March 10, 2013 SECTION 00200-2
STUDENT SERVICES CENTER BUILDING TENANT IMPROVEMENTS RE-BID The listing threshold for the Project is $5,000.00. SANDOVAL MOOTS Category of Work Subcontractor Name City or County of Subcontractors place of business 1. DIVISION 02 EXISITING CONDITIONS 2. DIVISION 03 CONCRETE 3. DIVISION 06 WOOD, PLASTICS & COMPOSITES 4. DIVISION 08 OPENINGS 5. DIVISION 09 FINISHES 6. DIVISION 26 ELECTRICAL 7. 8. 9. 10. 11. 12. 13. BID #T-2881, Advertise on Sunday, March 10, 2013 SECTION 00200-3
STUDENT SERVICES CENTER BUILDING TENANT IMPROVEMENTS RE-BID SANDOVAL MOOTS 14. 15. 16. 17. 18. 19. 20. 21. 22 23. 24. 25. 26. 27. D. AWARDING CONTRACT: Bidder understands that the Contract in the form of the Contract Documents (as may be modified in accordance with paragraph 1.0.2.A of Instructions to Bidders) will BID #T-2881, Advertise on Sunday, March 10, 2013 SECTION 00200-4
SANDOVAL MOOTS STUDENT SERVICES CENTER BUILDING TENANT IMPROVEMENTS RE-BID be awarded in accordance with the provisions under paragraph 1.06 of Instructions to Bidders and that the Owner reserves the right to reject any or all Bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving Bids. Upon receipt of written notice of the acceptance of this Bid, Bidder will execute the final Contract in the form of the Contract Documents within ten (10) days and deliver payment and performance bonds as required by paragraph 1.09 of the Instructions to Bidders. The Bid Security attached, using AIA Form 310, other acceptable form, or cashiers check in the sum of 5% of the total amount Bid: ). Dollars ($ is to become the property of the Owner in the event the contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Attached also is the executed Debarment/Suspension Status & Non-Collusion Affidavit Form. All capitalized terms used in this Bid Proposal Form and not defined herein shall have the definitions ascribed to them in the Instructions to Bidders. All New Mexico license numbers listed herein or purported by the vendor must be issued in the offering firm s legal company name. License numbers listed under a name other than the legal company name may render the offer as being non-responsive. Nonresponsive offers will not be considered for award. Offerors wishing to receive the residential preference as applicable per NMSA 13-1-21 & 13-1-22 must submit a valid residential preference certificate with their sealed response. Offerors wishing to receive the veteran resident business preference as applicable per NMSA 13-1-21 & 13-1-22 must submit a valid veteran resident business preference certificate with their sealed response. Respectfully submitted, By (Legal Company name) (Address/City/State/Zip code) ( ) ( ) BID #T-2881, Advertise on Sunday, March 10, 2013 SECTION 00200-5
STUDENT SERVICES CENTER BUILDING TENANT IMPROVEMENTS RE-BID Telephone number Fax number SANDOVAL MOOTS (E-mail address) (Signature) (Date) (Typed Name and Title of Above) (SEAL, if bid is by corporation) BID #T-2881, Advertise on Sunday, March 10, 2013 SECTION 00200-6
SANDOVAL MOOTS STUDENT SERVICES CENTER BUILDING TENANT IMPROVEMENTS RE-BID DEBARMENT/SUSPENSION STATUS & NON-COLLUSION AFFIDAVIT FORM DEBARMENT/SUSPENSION STATUS 1. The Contractor certifies that it is not suspended, debarred or ineligible from entering into contracts with the Executive Branch of the Federal Government, or in receipt of a notice of proposed debarment from any State agency or local public body. 2. The Contractor agrees to provide immediate notice to Owner's Purchasing department in the event of being suspended, debarred or declared ineligible by any State or Federal department or agency, or upon receipt of a notice of proposed debarment that is received after the submission of this Bid but prior to the award of the Contract. NON-COLLUSION AFFIDAVIT The undersigned, duly authorized to represent the persons, firm and/or corporation joining and participating in the submission of the foregoing Bid (such persons, firm and/or corporation hereinafter being referred to as the Contractor), being duly sworn, on his/her oath, states that to the best of his/her belief and knowledge no person, firm, or corporation, nor any person duly representing the same joining and participating in the submission or the foregoing Bid, has directly or indirectly entered into any agreement or arrangement with any other vendor/contractors, or with any employee of Owner, or any person, firm or corporation under contract with Owner whereby the Contractor, in order to induce the acceptance of the foregoing Bid by Owner has paid or is to pay any other vendor/contractor or to the aforementioned persons anything of value whatsoever, and that the Contractor has not directly or indirectly entered into any agreement or arrangement with any other vendor/contractor which tends to or does lessen or destroy free competition in the letting of the contract sought for by the foregoing Bid. CERTIFICATION The undersigned hereby certifies that he/she has read the above Non-Collusion Affidavit, and Debarment/Suspension Disclosure Statement and that he/she understands and will comply with these requirements. The undersigned further certifies that he/she has the authority to certify compliance for the Contractor named below. Signature Title NameTyped Date Company Address City, State and zip code Telephone number ( ) Fax number ( ) E-mail address BID #T-2881, Advertise on Sunday, March 10, 2013 SECTION 00200-7
CNM Main Campus - Student Services Center 900 University Blvd., Albuquerque, New Mexico Central NM Community College, Purchasing Dept. Bid Invitation 2012 BID NUMBER: T-2881 SMa Project No. 1203 Pre-Bid CONFERENCE & SITE VISIT AGENDA Friday, 29 March, 2013 2:00 PM Student Services Center 900 University Blvd. SE / Albuquerque, NM 87106 Prospective Bidders Please Sign-in Introductions 2:00 PM Friday, 29 March 2013 Meet in Room No. 205 CNM Community College Lead Project Manager. Myrna Marquez Enrollment Services, Assoc. V.P. Eugene Padilla, Ed.D. Purchasing Dept., Sr. Buyer Greg Van Wart A/E Team Sandoval Moots Architects, L.L.C. Greg G. Sandoval, AIA - Principal Architect In Charge Ariela Rivera, Interior Architecture Electrical/Communications Engineer: Harvey Peel, Principal, Engineer-of-Record
Central NM Community College BIDDING PHASE CNM MAIN Student Services Center Improvements Project Descriptions Greg Sandoval, AIA, Principal Architect Pre-Bid CONFERENCE & SITE VISIT AGENDA A single phase project (NO LONGER WITH ALTERNATES Bid Lots) consisting of tenant improvements to a two story building. The Work includes Architectural, Electrical, and Special Systems work. BASE BID: ( FORMER BID LOTS No. 1 / No. 2 / No. 3: General Demolition (H. Metal Frames, Rolling Grilles, ) New Storefront Entry Systems New Doors, Hardware & HC Automatic Door Operators New Suspended Ceiling Grid & Tiles New 2x4 Light Fixtures @ Vestibule New Entry Walk-off Tile Carpet New Data/Electrical/Power Misc. Drywall, Patching, Painting General Demolition (Light Fixtures, Acoustical Panels,...) New Light Fixtures @ Atrium New Acoustical Panels Clean Mechanical Supply Grilles Misc. Drywall, Patching, Painting Paint - Vault, Window Frames, Glazing Assemblies, Associated Doors /Frames Location Construction Schedule Paint Remaining Door/Window Assemblies, Parapet Coping, Guard Railing, Exterior Railing, Misc. (See CD s for Extent of Painting.) 900 University Blvd. SE, Albuquerque NM 87106 Base Bid (Former Bid Lots 1, 2 & 3): 130 Consecutive Calendar Days Liquidated Damages: $1000/day- After Contract Completion Summary of Work Alternates (Bid Lots) Bid Response Forms See Section 011000 Owner will maintain occupancy of facilty. ALL WORK will be performed after business hours. Base Bid (Lot 1) and Two (2) Alternates (Bid Lots 2 & 3). Refer to Construction Documents delimiting the area for Bid Lots (Alternates). Refer to Sections 002000. INCLUDE ALL REQUIRED BID DOCUMENTS in Bid packages. S A N D O V A L M O O T S 2
Central NM Community College BIDDING PHASE CNM MAIN Student Services Center Improvements Pre-Bid CONFERENCE & SITE VISIT AGENDA Bid Addenda Bids Due Overview of Bidding Requirements Information Plan Checking & Permitting (CID) Overview of Contract Requirements Consideration of Bids All questions (in written form only), must be received prior to 4 PM, Friday, 05 April 2013. Final Addendum, if required, will be issued no later than Tuesday, 9 April 2013. Responses will be written and issued as addenda. No verbal response shall be binding. 3:00 PM (local time) Thursday, 11 April 2013 Central New Mexico Community College (CNM) Main Campus 525 Buena Vista SE, A Building, Room #A109 Albuquerque, New Mexico, 87106 NOTE: Bids received after that time will not be accepted. Bids will be opened publicly and read aloud at that time and location. All interested parties are invited to attend. The reading of Bids is for information only. See Section 00010. Bids will be received as specified in the Bidding/Contract Documents. CONDITIONAL BIDS WILL NOT BE ACCEPTED. Any and all Questions regarding the Bid must be submitted in writing to the CNM Buyer: Greg Van Wart gvanwart@cnm.edu tel. 505.224.4546 525 Buena Vista SE Attn: Purchasing Department Albuquerque, NM 87106 Each Bidder shall include as part of the Bid any Plan Checking Fee & Permit Fee as charged NM CID (or any other applicable entity or agency with jurisdiction over the Project) CNM General Terms and Conditions 00150 Bid Response Forms Section 00200 AIA Document A201-2007 Section 00300 State of NM Wage Decision no. BE-13-0078 B Section 00400 It is the intent of the Owner to award a Contract to the lowest responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. Overview of Project Procedures S A N D O V A L M O O T S 3
Central NM Community College BIDDING PHASE CNM MAIN Student Services Center Improvements Pre-Bid CONFERENCE & SITE VISIT AGENDA Section 013100 Section 013300 Project Management and Coordination: As a minimum, the Contractor shall provide one (1) Project Manager to administer the project, and one (1) full-time Superintendent on-site. Submittal Procedures: requirements. Other Issues / Topics Section 099113 Contract Documents Additional Locations for Viewing Permitting Inspections & Testing Contract Agreement Greg Van Wart, Sr. Buyer CNM Purchasing Dept. Special Procedures Painting: Preparation and Finishes for Metal for Paint over existing Anodized Aluminum Frames. Overview Construction Documents: Albuquerque Reprographics Project Manual and Construction Documents (reimbursable deposit = $100 each) Available at Plan Rooms and Albuquerque Reprographics Construction Documents review NM Construction Industries Division is required for Permit on Architectural and Electrical portions. Submit after Contract Award. The Awarded General Contractor is responsible for paying all the plan check/permit fees at CID. All required inspections & testing fees for all portions of the construction are the responsibility of General Contractor. See attached: AIA 101-2007 Standard Form of Agreement Between Owner & Contractor S A N D O V A L M O O T S 4
Central NM Community College BIDDING PHASE CNM MAIN Student Services Center Improvements Pre-Bid CONFERENCE & SITE VISIT AGENDA Technical Spec s - Div.s 3, 6,8, & 9 Greg Sandoval, AIA Ariela Rivera SMA - AGENDA Overview of Architectural Requirements and Special Issues: 1. Base Bid = Bid Lot no. 1, Alternates = Bid Lots no.s 2 and 3. 2. Demolition: All demolition shall take place after business hours (business hours are 7:00 a.m. to 5:30 p.m., Monday through Friday) and/or on weekends, Contractor must coordinate with Owner for scheduling all demolition work. Clean-up of demolition, dust and debris is the responsibility of the Contractor and must be completed on a daily basis in construction Work area and adjacent spaces affected. Smoke Detectors: After coordination with Owner for all demolition and new construction work, assure that all smoke detectors, in the area of Work and immediately adjacent, are covered and protected from dust. Remove all covers at the end of each work day to assure proper operation during normal business hours. 3. New Construction / On-Site Work Hours All shall take place outside of business hours unless granted prior approval by Owner. Proposed Work hours shall be after 5:30 p.m., Monday through Friday, and between 7:00 a.m. and 5:00 p.m., Saturday and Sunday; unless otherwise indicated or approved by Owner. Building shall be maintained to allow Owner full operation. Contractor shall have limited use of portions of the building for construction operations as indicated on Drawings by the Contract (Bid Lot) limits. 4. Construct temporary barriers for only the immediate area comprising each Bid Lot construction operation. Coordinate with the Owner for the location of temporary barriers. 5. Allowance (Sec. 012100): Temporary way-finding signage is the responsibility of the Contractor. Coordinate text, type and location with Owner 6. Owner-Furnished Products: Systems furniture and associated equipment as indicated on drawings. Coordinate with Owner for delivery and installation and connection of data/phone/electrical. 7. Salvage of Existing Materials: Owner reserves the first right of refusal to accept any other removed items. 8. Security and Door Hardware: Coordinate with Owner prior to ordering products and installation S A N D O V A L M O O T S 5
Central NM Community College BIDDING PHASE CNM MAIN Student Services Center Improvements Pre-Bid CONFERENCE & SITE VISIT AGENDA Technical Spec s - Div. 26 Harvey Peel, P.E. - Electrical Engineer Eng3 Group, Inc. - Agenda Overview of Electrical Requirements and Special Issues: 1. All removed luminaire ballast and lamps when being disposed of shall be in accordance with all Environmental State and Federal Standards. Complete and distribute required paperwork to Architect. 2. New luminaires were specified in concert with Architect, Engineer, and Owner. Any proposed substitutions will be required to meet or exceed those of the specified product. 3. Follow Electrical SpecificationsMetal Clad Cable / NEC Article 330 and other similar wiring methods are not approved unless specifically written approval is granted by Owner. Closing Contact Greg Van Wart, CNM Sr. Buyer with additional questions. PHONE (505) 224-4546 / FAX (505) 224-4548 E-mail address: gvanwart@cnm.edu All questions (in written form only), must be received prior to 4 PM, Friday, 05 April 2013. Final Addendum, if required, will be issued no later than Tuesday, 09 April 2013. Final Questions Questions and/or Observations from those in attendance. Site Visit Immediately following the meeting we will make a group visit through the existing SSC facility located at 900 University Blvd., Albuquerque, NM. Please sign in, if you haven t already. END OF MEETING S A N D O V A L M O O T S 6