13
State of Rhode Island Department of Administration / Division of Purchases One Capitol Hill, Providence, Rhode Island 02908-5855 Tel: (401) 574-8100 Fax: (401) 574-8387 ADDENDUM # 1 1/17/18 Solicitation #7583493 Title: Replacement of Interior and Exterior Handrails/Guardrails, CCRI Flanagan Campus. Submission Deadline: January 29, 2018 @ 1:30 PM Per the issuance of ADDENDUM #1 the following are noted: Document 02 41 00 Document 09 90 00 Pre-Bid Attendance Sheet Revised Bid Form Interested Parties should monitor this website on a regular basis, for any additional information that may be posted. Gary P. Mosca Chief Buyer

ADDENDUM # 1 - Rhode Island · ADDENDUM # 1. 1/17/18 . Solicitation #7583493 . ... product name and/or catalog number, and general product category ... 4 AKZO Nobel powder coatings:

  • Upload
    phungtu

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

State of Rhode Island Department of Administration / Division of Purchases

One Capitol Hill, Providence, Rhode Island 02908-5855 Tel: (401) 574-8100 Fax: (401) 574-8387

ADDENDUM # 1 1/17/18

Solicitation #7583493

Title: Replacement of Interior and Exterior Handrails/Guardrails, CCRI Flanagan Campus. Submission Deadline: January 29, 2018 @ 1:30 PM

Per the issuance of ADDENDUM #1 the following are noted:

Document 02 41 00 Document 09 90 00 Pre-Bid Attendance Sheet Revised Bid Form Interested Parties should monitor this website on a regular basis, for any additional information that may be posted. Gary P. Mosca Chief Buyer

Guardrails Code Upgrades at CCRI Flanagan Campus, Lincoln, RI – Addendum 1 – dated 1/11/18 page 1

AHARONIAN

& ASSOCIATES, INC. A r c h i t e c t s

January 11, 2018

TO: All Bidders

RE: Guardrails Code Upgrades

at CCRI Flanagan Campus 1762 Old Louisquisset Pike

Lincoln, Rhode Island 02865

ADDENDUM #1

The Contract Documents for the above referenced Project are hereby modified per the following. All other Drawing

and Project Manual items not addressed herein shall remain in full effect. The Bidder shall acknowledge the receipt of

this Addendum on the Bid Form.

GENERAL ITEMS:

1). Project Manual Section 02 41 00: Delete sections 1.01 B And C.

2). Project Manual Section 02 41 00: Delete section 1.03 C.

3). All the handrails not identified for modification per the drawings shall be sanded and repainted. This

excludes the exterior rails at the concrete sidewalk stairs going to the parking lots.

4). Painting shall exclude existing steel stringers.

5). General Contractor shall provide in their bid removal and replacement in kind of 25% of wood rail & finish

at the discretion of the Architect.

6). General Contractor shall provide unit pricing for replacing in kind wood rail and finish per linear foot.

7). All handrails & guardrails that will be painted within the scope of this project shall receive a powder coat

finish. Shop fabricated items shall be powder coated in the shop and all areas that will be field finished shall

receive a field applied powder coat finish. See attached revised Section 09 90 00 Painting & Coating.

ATTACHMENTS:

A- Revised Specification Section 02 41 00

B- Revised Specification Section 09 90 00

C- Revised Bid Form

AHARONIAN & ASSOCIATES INC. - ARCHITECTS

310 George Washington Highway - Suite 100 - Smithfield, Rhode Island 02917 T 401-232-5010 F 401-232-5080

CCRI GUARDRAILS

Flanagan Campus

Lincoln, Rhode Island 02865 AA16107.2

SELECTIVE DEMOLITION - Addendum 1- dated 01/11/18 - Attachment ‘A’ 02 41 00 - 1

DOCUMENT 02 41 00

SELECTIVE DEMOLITION

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Selective demolition of building elements as required for renovation purposes.

1.02 RELATED REQUIREMENTS A. Section 01 10 00 -Summary: Limitations on Contractor's use of site and premises.

B. Section 01 10 00 -Summary: Sequencing and staging requirements.

C. Section 00 72 00 – General Conditions: Project conditions; existing construction to remain;

reinstallation of removed products; protection.

1.03 REFERENCE STANDARDS A. 29 CFR 1926 -U.S. Occupational Safety and Health Standards; current edition.

B. NFPA 241 -Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2013.

C. Nation Park Service Preservation Brief 10: Exterior Paint Problems on Historic Woodwork.

1.04 QUALITY ASSURANCE A. Demolition Firm Qualifications: Company specializing in the type of work required.

1. Minimum of 5 years of documented experience.

PART 2 EXECUTION

2.01 SCOPE

A. Remove completely or partially existing guardrails and/or handrails as indicated on Drawings, observing

items that will be discarded or salvaged for reuse.

2.02 GENERAL PROCEDURES AND PROJECT CONDITIONS

A. Comply with applicable codes and regulations for demolition operations and safety of adjacent

structures and the public.

1. Coordinate with Owner, Date, Time and precautions prior to preceding any removal.

2. Provide, erect, and maintain temporary barriers and security devices.

3. Conduct operations to minimize effects on and interference with adjacent structures and occupants.

4. Conduct operations to minimize obstruction of public and private entrances and exits; do not

obstruct required exits at any time; protect persons using entrances and exits from removal

Aharonian & Associates Inc – Architects

CCRI GUARDRAILS – Flanagan Campus Lincoln, Rhode Island

SELECTIVE DEMOLITION Addemdum 1 – dated 01/11/18- Attachment ‘A’ 02 41 00 - 2

operations. .

B. Do not begin removal until receipt of notification to proceed from Owner.

C. Protect adjacent elements that can be affected by removals.

1. Stop work immediately if adjacent elements appear to be in danger.

D. Minimize production of dust due to demolition operations; does not use water if that will result in ice,

flooding, sedimentation of public waterways or storm sewers, or other pollution.

E. Hazardous Materials: Comply with 29 CFR 1926 and state and local regulations.

2.03 SELECTIVE DEMOLITION FOR ALTERATIONS

A. Drawings showing existing construction and utilities are based on casual field observation and existing

record documents only.

1. Verify that construction and utility arrangements are as shown.

2. Report discrepancies to Architect before disturbing existing installation.

3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent

upon examination prior to starting demolition.

B. Remove existing work as indicated and as required to accomplish new work.

1. Remove items indicated on drawings.

C. Protect existing work to remain.

1. Perform cutting to accomplish removals neatly and as specified for cutting new work.

2. Repair adjacent construction and finishes damaged during removal work.

3. Patch as required to accommodate new work.

2.04 DEBRIS AND WASTE REMOVAL

A. Remove debris, junk, and trash from site. Properly dispose of in legal manner. Cover dumpsters at

the end of each day.

B. Leave site in clean condition, ready for subsequent work.

C. Clean up spillage and wind-blown debris from public.

END OF SECTION 02 41 00

AHARONIAN & ASSOCIATES INC. - ARCHITECTS

310 George Washington Highway - Suite 100 - Smithfield, Rhode Island 02917 T 401-232-5010 F 401-232-5080

CCRI GUARDRAILS

Flanagan Campus

Lincoln, Rhode Island 02865 AA16107.2

PAINTING AND COATING Addendum 1- dated 01/11/18 - Attachment ‘B’ 09 90 00 - 1

DOCUMENT 09 90 00

PAINTING AND COATING

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Surface preparation of pre-painted new Guardrails and Handrails.

B. Surface preparation and field powder coating painting of existing modified guardrails and handrails.

Powder coating painting specifications for pre-painted & field painted guardrails and new handrails.

C. Surface preparation & finishing of Architectural woodwork.

1.02 DEFINITIONS

A. Conform to ASTM D16 for interpretation of terms used in this section.

1.03 REFERENCE STANDARDS

A. 40 CFR 59, Subpart D -National Volatile Organic Compound Emission Standards for

Architectural Coatings; U.S. Environmental Protection Agency; current edition.

B. ASTM D16 -Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2012.

C. ASTMD7803 – Practice for preparation of Zinc coated iron and steel for powder coating and the

application of powder coating materials.

1.04 SUBMITTALS

A. See Section 01 30 00 -Administrative Requirements, for submittal procedures.

B. Product Data: Provide complete list of all products to be used, with the following information for each:

1 Manufacturer's name, product name and/or catalog number, and general product category (e.g.

"alkyd enamel").

2 MPI product number (e.g. MPI #47).

3 Cross-reference to specified paint system(s) product is to be used in; include description of each

system.

C. Samples: Submit two painted samples, illustrating selected colors and textures for each color and

system selected with specified coats cascaded.

D. Manufacturer's Instructions: Indicate special surface preparation procedures.

E. Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated surfaces.

F. Maintenance Materials: Furnish the following for Owner's use in maintenance of project.

1 See Section 01 60 00 -Product Requirements, for additional provisions.

2 Extra Paint and Coatings: 1 gallon (4 L) of each color; store where directed.

3 Label each container with color in addition to the manufacturer's label.

Aharonian & Associates Inc – Architects

CCRI GUARDRAILS – Flanagan Campus Lincoln, Rhode Island

PAINTING AND COATING Addendum 1- dated 01/11/18 - Attachment ‘B’ 09 90 00 - 2

1.05 QUALITY ASSURANCE

A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with

minimum three years documented experience.

B. Applicator Qualifications: Company specializing in performing the type of work specified with

minimum five years experience.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.

B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code,

coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for

mixing and reducing.

C. Paint Materials: Store at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum

of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's instructions.

1.07 FIELD CONDITIONS

A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges

required by the paint product manufacturer.

B. Follow manufacturer's recommended procedures for producing best results, including testing of

substrates, moisture in substrates, and humidity and temperature limitations.

C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the

humidity ranges required by the paint product manufacturer.

D. Minimum Application Temperatures for Latex Paints: 45 degrees F (7 degrees C) for interiors; 50

degrees F (10 degrees C) for exterior; unless required otherwise by manufacturer's instructions.

E. Provide lighting level of 80 ft candles (860 lx) measured mid-height at substrate surface.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Provide all paint and coating products used in any individual system from the same

manufacturer; no exceptions.

B. Paints:

1 Benjamin Moore & Co: www.benjaminmoore.com.

2 PPG Architectural Finishes, Inc: www.ppgaf.com.

3 Sherwin-Williams Company: www.sherwin-williams.com.

4 AKZO Nobel powder coatings: www.akzonobel.com

5 Resodyn Engineered Polymeric Systems. www.Resodyncoatings.com

C. Primer Sealers: Same manufacturer as top coats.

D. Substitutions: See Section 01 60 00 -Product Requirements.

2.02 PAINTS AND COATINGS -GENERAL

A. Paints and Coatings: Ready mixed, unless intended to be a field-catalyzed coating.

1 Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly

dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying

or curing free of streaks or sags.

2 Supply each coating material in quantity required to complete entire project's work from a single

production run.

3 Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is

specifically described in manufacturer's product instructions.

Aharonian & Associates Inc – Architects

CCRI GUARDRAILS – Flanagan Campus Lincoln, Rhode Island

PAINTING AND COATING Addendum 1- dated 01/11/18 - Attachment ‘B’ 09 90 00 - 3

B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer

categorized as "best" by the manufacturer.

C. Volatile Organic Compound (VOC) Content:

1 Provide coatings that comply with the most stringent requirements specified in the following:

a. 40 CFR 59, Subpart D--National Volatile Organic Compound Emission Standards for

Architectural Coatings.

2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D

(EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or

other method acceptable to authorities having jurisdiction.

D. Colors to be determined by Owner and Architect.

2.03 PAINT SYSTEMS

A. Field finished metal guardrails and handrails, field applied powder coat:

1 Field applied polyester thermoset powder coating, pre treatment, powder application and curing to be

done according to manufacturer’s recommendations.

2 Field touch-up to be done according to manufacturer’s recommendations.

B. New guardrails and handrails to be installed:

1 Polyester powder coating painting, pre treatment, powder application and curing to be done

according to manufacturer’s recommendations.

2 Field touch-up to be done according to manufacturer’s recommendations.

C. Solid wood, Polyurethane Varnish 3 coats:

1 Three coats of polyurethane varnish – Finish to be determined by Owner and Architect.

2.04 ACCESSORY MATERIALS

A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials,

and clean-up materials required to achieve the finishes specified whether specifically indicated or not;

commercial quality.

B. Patching Material: Latex filler.

C. Fastener Head Cover Material: Latex filler/glazing putty.

PART 3 EXECUTIONS

3.01 EXAMINATION

A. Verify that surfaces are ready to receive work as instructed by the product manufacturer.

B. Examine surfaces scheduled to be finished prior to commencement of work. Report any

condition that may potentially affect proper application.

C. Test shop-applied primer for compatibility with subsequent cover materials.

3.02 PREPARATION

A. Clean surfaces thoroughly and correct defects prior to coating application.

B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for

the substrate under the project conditions.

C. Remove or mask surface appurtenances, hardware, escutcheons and fittings prior to preparing surfaces or

finishing.

D. Seal surfaces that might cause bleed through or staining of topcoat.

E. Corroded Steel and Iron Surfaces to be painted: Prepare using at least SSPC-PC 2 (hand tool cleaning)

or SSPC-SP 3 (power tool cleaning) followed by SSPC-SP 1 (solvent cleaning).

Aharonian & Associates Inc – Architects

CCRI GUARDRAILS – Flanagan Campus Lincoln, Rhode Island

PAINTING AND COATING Addendum 1- dated 01/11/18 - Attachment ‘B’ 09 90 00 - 4

F. Uncorroded Uncoated Steel and Iron Surfaces to be painted: Remove grease, mill scale, weld splatter,

dirt, and rust. Where heavy coatings of scale are evident, remove by hand or power tool wire brushing or

sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring

weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime after repairs.

G. Shop-Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust.

Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel

surfaces. Re-prime entire shop-primed item.

H. Galvanized Surfaces to be painted: Remove surface contamination and oils and wash with solvent.

Apply coat of etching primer.

3.03 APPLICATION

A. Apply products in accordance with manufacturer's instructions.

B. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied.

Apply each coat to uniform appearance.

C. Sand metal surfaces lightly between coats to achieve required finish.

D. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to

applying next coat.

E. Reinstall hardware, escutcheons and fittings removed prior to finishing.

F: All railings remaining are to be repainted in colors selected by Owner and Architect.

3.04 CLEANING

A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove

daily from site.

3.05 PROTECTION

A. Protect finished coatings until completion of project.

B. Touch-up damaged coatings after Substantial Completion.

END OF SECTION 09 90 00

Solicitation #: 7583493

Solicitation Title: Guardrails and Stair rails codes Upgrades at CCRI Flanagan Campus

Page 1 of 3 Addendum 1 – dated 01/11/18- Attachment ‘C’

BID FORM: Addendum #1 TO: The Department of Administration, Division of Purchases One Capitol Hill, Providence, RI 02908 Project: CCRI Guard rails Community College of Rhode Island Flanagan Campus 1762 Old Louisquisset Pike Lincoln, Rhode Island 02865 Bidder: ______________________________________________ Legal name of entity _______________________________________________ Address _______________________________________________ Contact Name Contact email _______________________________________________ Contact Telephone Contact Fax 1. BASE BID PRICE: The bidder submits this bid proposal to perform all of the work (including labor and materials) as described in the solicitation for this Base Bid Price, (including the costs for all Allowances, Bonds, and Addenda): _$_________________________________________________________________________ (Base Bid Price in figures printed electronically, typed or handwritten legibly in ink) ___________________________________________________________________________ (Base Bid Price in words electronically, typed, or handwritten legibly in ink)

Solicitation #: 7583493

Solicitation Title: Guardrails and Stair rails codes Upgrades at CCRI Flanagan Campus

Page 2 of 3 Addendum 1 – dated 01/11/18- Attachment ‘C’

• ALLOWANCES The Base Bid Price includes the costs for the following Allowances: 1. Include an allowance for unforeseen conditions conflict of…… $40,000.00 2. Include a allowance for miscellaneous concrete patching as directed

by the college of ……………………………………… $30,000.00 Total Allowances: $70,000.00

• BONDS The Bass Bid Price includes the costs for all Bid and Payment and Performance Bonds required by the solicitation.

• ADDENDA The Bidder has examined the entire solicitation (including the following Addenda), and the Base Bid Price includes the costs of any modifications required by the Addenda. All Addenda must be acknowledged. Addendum No. _____ dated _________ Addendum No. _____dated _________ Addendum No. _____dated _________ Addendum No. _____dated _________

2. ALTERNATES (Additions to Base Bid Price) The Bidder offers to: (i) perform the work described in these Alternates as selected by the State in the order of priority specified below, based on the availability of funds and the best interest of the State; and (ii) increase/reduce the Base Bid Price by the amount set forth below for each Alternate selected. N/A 3. UNIT PRICES

a. Provide a unit price for replacing in kind wood rail & finish. $_______________/Linear Foot The bidder submits these predetermined Unit Prices as the Basis for any change orders approved in advance by the State. These Unit Prices include all costs, including labor, materials, services, regulatory compliance, overhead, and profit. 4. CONTRACT TIME

Solicitation #: 7583493

Solicitation Title: Guardrails and Stair rails codes Upgrades at CCRI Flanagan Campus

Page 3 of 3 Addendum 1 – dated 01/11/18- Attachment ‘C’

The Bidder offers to perform the work in accordance with the timeline specified below:

• Start of Submittals……………30 calendar days after receipt of CCRI PO • Start of Construction ………. Within 60 calendar days of receipt of CCRI PO • Substantial Completion ……..180 calendar days of receipt of CCRI PO • Final completion ……………..189 calendar days of receipt of CCRI PO • Work Prohibited ……………..Construction shall occur during third shift between the

hours of 10:30pm and6:30am Monday thru Sunday and first shift on holidays.

5. LIQUIDATED DAMAGES The successful bidder awarded a contract pursuant to this solicitation shall be liable for and pay the State, as liquidated damages and not as a penalty, the following amount for each calendar day of delay beyond the date for substantial completion, as determined in the sole discretion of the State: Seven Hundred Fifty Dollars ($750.00) per day BID FORM SIGNATURES(S) This bid proposal is irrevocable for 60 days from the bid proposal submission deadline. If the Bidder is determined to be the successful bidder pursuant to this solicitation, the bidder will promptly: (i) comply with each of the requirements of the Tentative Letter of Award; and (ii) commence and diligently pursue the work upon issuance and receipt of the purchase order from the State and authorization from the user agency. The person signing below certifies that he or she has been duly authorized to execute and submit this bid proposal on behalf of the Bidder. BIDDER . Date: ____________________ __________________________________________ Name of Bidder ___________________________________________________________ Signature in ink ____________________________________________________________ Printed name and title of person signing on behalf of bidder __#__________________________________________________________ Bidder’s Contractor Registration Number