Amendment 1 (includes T-2905/T-2910 amendments)

One Park Square
6501 Americas Pkwy NE, Ste. 300
Albuquerque, NM 87110
phone 505.883.5200
fax 505.883.5390
Date: November 24, 2013
ADDENDUM NO. #1
Project Name:
CNM Black Box Theater Renovations Bid #T-2914 REBID
This Addendum forms a part of the Contract Documents and modifies the original “CNM BLACKBOX
THEATER RENOVATIONS” package dated August 14, 2013 & Specifications Document dated August 14,
2013 know to here-with as the “ Bidding Documents “ noted below. Acknowledge receipt of this Addendum
in the space provided on the Request for Proposal Form. Failure to do so may subject the Bidder to
disqualification.
This Addendum consists of 33 pages total, 31 pages of Specifications, 0 pages of Revision Sketches, 0 full
size Drawings and 2 pages of miscellaneous information.
PRIOR APPROVALS:
The following manufacturers have been approved as acceptable equals to those specified, provided that the
proposed items are in accordance with the function, material, physical size and meet the design intent
specified. Contract requirements are not waived by these prior approvals and it shall be the responsibility of
the Contractor to verify that these products are in accordance with the Drawings and Specifications prior to
including them in his/her bid. The items submitted for prior approval have only been reviewed for general
conformance since complete and detailed submittals have not been made at this time. The Architect is not
responsible for detailing or performance problems arising during construction due to the substitution of
materials.
1. none
Addendum To The Specifications:
Item No. Spec. Section
1.01
S00010 Invitation to Bid; Delete section S00010 in its entirety and insert new section S00010. See
attached.
1.02
S00100 Instruction to Bidders; Delete section S00100 in its entirety and insert new section S00100.
See attached.
1.03
S00200 Bid Response Form; Delete section S00200 in its entirety and insert new section S00200.
See attached.
Addendum To The Drawings:
Item No. Drawing
none
CNM Blackbox Theater Renovation
PROJECT NO. 0496
General Instructions:
Item No.
1.01
CNM is Rebidding this project under the new bid number T-2914. No changes to the original bid
package T-2905 inclusive of addendums 1 and 2 and to the revised bid T-2910 inclusive of
addendums 1 and 2 as previously issued unless otherwise noted within this addendum. All
addendums and drawings available at Albuquerque Reprographics.
By: Susan Johnson
Principal
cc:
File
encl: S00200 Bid Response Form, S00010 Invitation to Bid, S00100 Bid Instructions
All other provisions and conditions of the Drawings and Specifications remain unchanged.
file:
\\NTSERVER4\Education\CNM Blackbox Rebid\10-Bidding & Addendums
END OF ADDENDUM No. 1
ADDENDUM #1
Page 2
SECTION 00100
INSTRUCTIONS TO BIDDERS
PART 1 - GENERAL
1.01 GENERAL.
A.
The Contract shall be based upon the GENERAL CONDITIONS OF THE CONTRACT
FOR CONSTRUCTION, 2007 EDITION, AIA document A201, as amended and modified in
SECTION 00300. THE STANDARD FORM OF AGREEMENT BETWEEN OWNER AND
CONTRACTOR, AIA form A101 shall be used in the execution of the Contract. The AIA
documents as referenced above may be viewed at the office of the Architect.
B.
It is the Contractor's responsibility to become aware of any recent changes in legislation
that might affect the form of Bid and to comply with SECTION 00300 SUPPLEMENTARY
CONDITIONS, and other conditions as set forth in the Bid Response Forms. Without limitation,
it is Contractor’s responsibility to be aware of and make subcontractors aware of the provisions of
the Bidding Documents with respect to compliance with the New Mexico Prompt Payment Act.
C.
CID license recommendation: “The prime contractor/bidder shall have a GB-98 All
electrical and mechanical work must be subcontracted if the prime contractor is not authorized to
perform this work. The HVAC work is covered by the MM-3 or MM-98. The electrical work up
to 600 volts is covered by the EE-98, and over 600 volts by the EL-01. The building renovation is
covered by the GB-98. A contractor can be the prime if the classification held by the licensee
covers the major portion of the work, based on dollar amount. The exception is the GB-98, who
can bid as prime regardless of the percentage of work in the electrical or mechanical trades as
long as there is some GB-98 work. Because there is GB-98 work involved, the GB-98 contractor
could be the prime contractor regardless of the percentage of work in the electrical or mechanical
trades.
D.
Tentative Schedule:
*Bid Advertising Date: 11/24/13
*Mandatory Pre-Bid Meeting Date: 12/05/13
Location: CNM Main Campus
Purchasing, “A” Building Room A109
525 Buena Vista SE
Albuquerque, NM 87106
Time: 10:00-11:00 A.M.
(All Contractors intending to submit a Bid for this Project must attend
this Pre-Bid meeting. Failure to attend will render any submitted Bid nonresponsive)
*Request for Substitutions Deadline: 12/12/13
*Bid Questions/Clarifications Deadline: 12/12/13
*Bid Due Date: 12/17/13
*Bid Due Time: 3:00 PM, Local Time
*Location:
CNM Purchasing Office
Building “A”, Room A109
525 Buena Vista SE
Albuquerque, NM 87106
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-1
1.02 DEFINITIONS.
A.
"Bidding Documents" include the Bidding Requirements and the proposed Contract
Documents. The "Bidding Requirements" consist of the Invitation to Bid, Instructions to Bidders,
General Terms and Conditions, Bid Response Form, Supplementary Instructions to Bidders, A/E
to provide State of New Mexico Department of Labor Wage Rates Decision number, Change
order forms, and other sample bidding forms. The proposed "Contract Documents" consist of the
form of Agreement between the Owner and Contractor, Conditions of the Contract (General,
Supplementary and other Conditions), Drawings, Specifications and all Addenda/Amendments
issued prior to execution of the Contract.
B.
All definitions set forth in the General Conditions of the Contract for Construction, AIA
Document A201, as amended, or in other Contract Documents, are applicable to the Bidding
Documents.
C.
"Addenda/Amendments" are written or graphic instructions issued by the Owner prior to
the execution of the Contract which modify or interpret the Bidding Documents by additions,
deletions, clarifications or corrections.
D.
A "Bid" is a complete and properly signed bid to do the Work for the sums stipulated
therein submitted in accordance with the Bidding Documents.
E.
"Base Bid" is the sum stated in the Bid for which the Bidder offers to perform the Work
described as the base (excluding taxes), to which Work may be added, for sums stated in the
Alternates, if any.
F.
An "Alternate" is an amount stated in the Bid to be added to the amount of the Base Bid
if the corresponding change in Project scope of materials or methods of construction described in
the Bidding Documents is accepted by Owner.
G.
A "Bidder" is one who submits a Bid for a prime contract with the Owner for the Work
described in the Bidding Documents.
H.
A "Subcontractor" is one who submits a bid to a Bidder for materials, equipment, or labor
for a portion of the Work.
I.
“Day” or “Days” shall mean calendar days unless specified otherwise.
J.
The "Owner" is Central New Mexico Community College (CNM).
K.
A “Responsible Bidder” is defined under NMSA 13-1-82: Definition; responsible bidder.
"Responsible bidder" means a bidder who submits a responsive bid and who has furnished, when
required, information and data to prove that his financial resources, production or service
facilities, personnel, service reputation and experience are adequate to make satisfactory delivery
of the services, construction or items of tangible personal property described the the invitation for
bids.
1.03 BIDDER'S REPRESENTATIONS.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-2
A.
Each Bidder, by making a Bid, represents that:
1. The Bidder has read and understands the Bidding Documents and the Bid is made in
accordance therewith, and that Bidder and Bidder’s Subcontractors are familiar with and
in agreement with the provisions of the Bidding Documents with respect to the New
Mexico Prompt Payment Act.
2. The Bidder has visited the site, become familiar with the local conditions under which the
Work is to be performed, and has correlated the Bidder's personal observations with the
requirements of the proposed Contract Documents.
3. The Bid is based upon the materials, systems and equipment described in the Bidding
Documents without exception.
4. The Bidder has carefully examined the proposed Contract Documents and the
construction site to obtain first-hand knowledge of all proposed Work and all existing
improvements and conditions at the site. The Bidder has made all appropriate
examinations, investigations and tests and has made a provision as to the cost thereof in
his Bid.
5. The Bidder is prepared to execute, deliver and perform as required by the Contract
Documents.
1.04 BIDDING DOCUMENTS.
A.
Copies:
1. Bidders may obtain from the Albuquerque Reprographics complete sets of the Bidding
Documents in the number and for the deposit sum stated in the Invitation to Bid. The
deposit will be refunded to Bidders who submit a bona fide Bid and return the Bidding
Documents in good condition within ten (10) days after date for receipt of Bids. The cost
of replacement of any missing or damaged documents will be deducted from the deposit.
A Bidder receiving a contract award may retain the Bidding Documents and his deposit
will be refunded.
2. Bidding Documents will not be issued to Subcontractors or others unless specifically
offered in the Invitation to Bid, or in Supplementary Instructions to Bidders.
3. Complete sets of Bidding Documents shall be used in preparing Bids; neither the Owner
nor the Architect assume any responsibility for errors or misinterpretations resulting from
the use of incomplete sets of Bidding Documents.
4. The Owner or the Architect, in making copies of the Bidding Documents available on the
above terms, do so only for the purpose of obtaining bids on the Work and do not confer
a license or grant for any other use.
B. Interpretation or Correction of Bidding Documents:
1. The Bidder shall carefully study and compare the Bidding Documents with each other,
and with other work, if any, being bid concurrently or presently under construction to the
extent that it relates to the Work for which the Bid is submitted, shall examine the site
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-3
and local conditions, and shall at once report to Owner's Purchasing Department errors,
inconsistencies or ambiguities discovered.
2. Bidders requiring clarification or interpretation of the Bidding Documents shall submit
all questions about the non-technical sections of the Work to the Owner's Purchasing
Department, in writing not later than five (5) days prior to the date for receipt of Bids,
including any discrepancies, omissions, or ambiguities noted by any Bidder. Bidders
shall submit all questions about the technical sections of the proposed Contract
Documents to the Project Architect in writing not later than five (5) days prior to date for
receipt of Bids, including any discrepancies, omissions, or ambiguities noted by any
Bidder. If appropriate, the Owner’s Purchasing Department will issue a written
Addendum which shall thereafter become part of the Bid Documents and proposed
Contract Documents. No oral interpretations shall be given by the Owner or Architect
and, if given, such shall not be binding upon the Owner unless reduced to a written
Addendum issued by the Owner’s Purchasing Department prior to receipt of Bids. All
Bids shall be responsive to and include any Addenda/Amendments issued prior to receipt
of Bids.
C. Brand Name or Equal Specifications:
1. The materials, products and equipment described in the Bidding Documents establish a
standard of required function, dimension, appearance and quality to be met by any
proposed substitution. The brand names, part and/or catalog numbers are used to descibe
the standard of quality, performance, and characteristics desired and are not intended to
limit or restrict competition. Requests for substitutions will be considered as stated and
outlined below in Section D, “Substitutions”.
D. Substitutions:
1. Prior Approvals request form (01 24 14 in the spec).
1. No substitution will be considered prior to receipt of Bids unless written request for
approval has been submitted by the Bidder and has been received by the Project Architect
as required in 1.01, D, Tentative Schedule, above. Each such request shall include the
name of the material or equipment for which it is to be substituted and a complete
description of the proposed substitute including drawings, cuts, performance and test data
and any other information necessary for an evaluation. A statement setting forth any
changes in other materials, equipment or other portions of the Work that incorporation of
the substitute would require shall be included. The burden of the proof of the merit of the
proposed substitution is upon the proposing Bidder. The Architect decision of approval
or disapproval, after consultation with the Owner, of a proposed substitution will be final.
2. A request for a substitution constitutes a representation that the Bidder:
a. Has personally investigated the proposed material, product, and/or equipment and
determined that it is equal to or superior in all respects to that specified in the
Bidding Documents.
b. Will provide the same warranties or bonds for the substitution as for the material,
product, and/or equipment specified in the Bidding Documents.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-4
c. Will coordinate the installation of an accepted substitution into the Work and make
such other changes as may be required to make the Work complete in all respects.
d. Waives all claims for additional costs related to the substitution.
3. If the Buyer approves any proposed substitution prior to receipt of Bids, such approval
will be set forth in a written Addendum issued through Owner's Purchasing Department.
Bidders shall not rely upon approvals made in any other manner.
4. No substitutions shall be considered after the Contract award unless specifically provided
in the Contract Documents.
E.
Addenda/Amendments:
1. All Addenda/Amendments shall be located at Owner’s website:
http://www.cnm.edu/depts/purchasing/request-for-bids. Addenda/Amendments may
also be found at various plan rooms but Owner’s website is the official and governing
location for this Bid and all associated Addenda/Amendments that may be issued
regarding this Bid. It is the Bidder’s responsibility to monitor this site for possible
amendments, changes, or other updated information related to the Bid.
2. The Owner may attempt to make all Addenda/Amendments available to all who are
known by the Owner to have received a complete set of Bidding Documents, however, it
remains the Bidders’ responsibility to monitor Owner’s website for all
Addenda/Amendments issued regarding this Bid.
3. The Owner and/or Architect will attempt to assure that copies of Addenda/Amendments
are made available for inspection at the Reprographics Company responsible for
document distribution, however, it remains the Bidders’ responsitility to monitor Owner’s
website for all Addenda/Amendments issued regarding this Bid.
4. Addenda/Amendments will be issued whenever convenient for the Owner.
5. Each Bidder shall ascertain prior to submitting his Bid that he has received all
Addenda/Amendments issued, and all Addenda/Amendments must be acknowledged in
Bidder’s Bid Response Form, Section 00200.
1.05 BIDDING PROCEDURE.
A.
Form and Style of Bids:
1. Where so indicated by the makeup of the Bid Response Form, sums shall be expressed in
both words and figures, and in case of discrepancy between the two, the written amount
shall govern.
2. Interlineation, alteration or erasure of entries by Bidder on the Bid Response Form must
be initialed by the signer of the Bid.
3. Bids must be submitted on the prescribed Bid Response Form without alteration (see
SECTION 00200). Fill in the blank spaces neatly, in ink or typewritten. Bids shall be
signed with the name and title/position of the signatory typed below the signature. If the
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-5
Bid is submitted by a sole proprietorship, it shall be signed by the individual Owner. If
the Bid is submitted by a joint venture or general or limited partnership, the name and
address of each joint venture member or general partner must be listed by an authorized
general partner or joint venture member. If the Bid is submitted by a corporation, the
corporate name and business address must be given and the Bid signed by either the
President or an authorized Vice President of the Corporation or other authorized
individuals. Include the New Mexico Contractor's License Number and the resident
Contractor's Certificate Number. Any written changes must be initialed by the person
signing the Bid. Bids in which acceptance is in some manner restricted or conditioned by
the Bidder will be reviewed by the Owner. If the limitations imposed are not in the best
interest of the Owner or are prejudicial to other Bidders, the Bid will be rejected. A Bid
submitted by an agent shall have a current power of attorney attached certifying the
agent's authority to bind the Bidder.
4. All requested Alternates shall be bid. If no change in the Base Bid is required, enter "No
Change".
5. Bidders shall make no additional stipulations on the bid form nor qualify their Bids in
any other manner.
6. Bids shall be submitted in accordance with Paragraph 1.17 of these Instructions to
Bidders.
B.
Bid Security:
1. Each Bid must be accompanied by a Bid Security in an amount of not less than five
percent (5%) of the Bid. Bid Security shall be payable by a bid bond, or cashier's check
payable without condition to Central New Mexico Community College (CNM),
Albuquerque, New Mexico. Bid security will be returned as soon as practical after the
opening of Bids and the successful Bidder has furnished the performance and payment
bonds, or if no award has been made within 30 days after the opening of Bids, upon
demand of the Bidder at anytime thereafter, so long as he has not been notified of the
acceptance of his Bid. The Bid Security shall be given as a guarantee that the Bidder will
enter into an Agreement with the Owner as provided for in the proposed Contract
Documents and furnish the required payment/performance bonds and insurance
certificates and endorsements if awarded for the Project. The required performance and
payment bond(s), endorsements, etc. shall be delivered (or satisfactory evidence that such
documents will be furnished) within ten (10) days after notification of award. If the
Bidder's Bid is accepted by the Owner then, should the Bidder fail to execute the
Agreement called for in the proposed Contract Documents or deliver to Owner the
required bonds/insurance certificates/insurance endorsements/and other documents called
for in the proposed Contract Documents, then Owner may collect on the bid bond or
other bid security and recover appropriate damages and terminate any and all rights or
interest of the Bidder with respect to the Project or the Work.
2. Each Bid shall be accompanied by a Bid Bond or Cashier's Check in the required form
and amount pledging that the Bidder will enter into a Contract with the Owner on the
terms stated in his Bid and will furnish bonds as described hereunder in Instructions to
Bidders, paragraph 1.09, covering the faithful performance of the Contract and the
payment of all obligations arising thereunder. Should the Bidder refuse to enter into such
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-6
Contract or fail to furnish such bonds, the amount of the Bid Bond or cashiers check shall
be forfeited to the Owner as liquidated damages, not as a penalty.
3. The Bond shall be issued by a surety licensed to do business in the State of New Mexico
listed on the current U.S. Treasury Surety List, and acceptable to the Owner. The
Attorney-in-Fact who executes the Bond on behalf of the Surety shall affix to the Bond a
certified and current copy of his Power of Attorney.
4. The Owner will have the right to retain the Bid Security of the Bidders until either:
a. The Contract has been executed and payment and performance bonds, etc. have been
furnished,
b. The specified time has elapsed so the Bids may be withdrawn; or
c.
C.
All Bids have been rejected.
Submission of Bids:
1. Sealed Bids and Bid Security shall be deposited at the designated location prior to the
time and date for receipt of Bids indicated in the Invitation to Bid, or any extension
thereof made by Addendum. Bids received after the time and date for receipt of Bids will
be returned unopened. See paragraph 1.17 of this Section 00100.
2. Bidder shall assume full responsibility for timely delivery at location designated for
receipt of Bids.
3. Oral, telephonic or telegraphic (fax) Bids are invalid and will not receive consideration.
D.
Modification or Withdrawal of Bid:
1. A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated
time period following the time and date designated for the receipt of Bids, and Bidder so
agrees in submitting the Bid.
2. Prior to the time and date designated for receipt of Bids, Bids submitted early may be
modified or withdrawn only by notice to the Owner at the place and prior to the time
designated for receipt of Bids.
a. Such notice shall be in writing over the signature of the Bidder or be by telegram; if
by telegram, written confirmation over the signature of Bidder must have been
mailed and postmarked on or before the date and time set for receipt of Bids. A
change shall be so worded as not to reveal the amount of the original Bid.
3. Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to Bidders.
4. Bid Security shall be in the amount sufficient for the Bid as modified or resubmitted.
1.06 CONSIDERATION OF BIDS.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-7
A. Opening of Bids: Properly identified Bids received on time will be opened publicly and will
be read aloud.
B. Rejection of Bids: The Owner has the right to reject any or all Bids and in particular to reject
a Bid not accompanied by any required Bid Security or data required by the Bidding
Documents or a Bid in any way incomplete or irregular. CONDITIONAL BIDS WILL
NOT BE ACCEPTED.
C.
Acceptance of Bid:
1. The Owner has the right to waive any informality or irregularity in any Bid received and
to accept the Bid which, in the Owner's sole judgment, is in the Owner's own best
interests.
2. 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, and further provided that the
Responsible Bidder meets the qualifications requirements as noted in Article 1.07 below
and is found by Owner, in Owner’s sole judgment, to be properly qualified to carry out
the obligations of the Contract and to complete the Work contemplated herein. Note:
The Contract award shall be contingent upon approval by Owner's Governing board.
3. If the Owner wishes to accept any Alternates, then the Contract Award will be made to
that Responsible Bidder submitting the low combination of Base Bid and Alternates
accepted, provided that the Responsible Bidder meets the qualifications requirements as
noted in Article 1.07 below and is found by Owner, in Owner’s sole judgment, to be a
Responsible Bidder and properly qualified to carry out the obligations of the Contract and
to complete the Work contemplated in this Bid.
1.07 QUALIFICATIONS OF BIDDER.
A. The Owner may make any investigations it deems necessary to determine whether or not
Bidder is a Responsible Bidder and to determine the ability of the Bidder to perform the
Work. Bidders shall furnish the Owner all such information and data for this purpose as the
Owner may request.
B. Using the form provided in Section 00200, Bid Response, All Bidders shall provide three (3)
references for previous work performed within the previous twenty four (24) months that is
relevant or similar to the Work called for in this Bid. List references with institutes of public
education, higher education, commercial facilities, municipalities, non-profit and/or
community organizations and/or financial institutions. If Bidder has previously worked with
Owner, Bidder may include such work in its reference list but the Owner reference should be
in addition to, and not one of the three (3) required references. Bidder’s references shall
include:
*Reference's name,
*Reference's representative who served as the day-to-day liaison during planning, design,
and/or construction of the project, and
*Reference’s representative's telephone, fax numbers and email addresses.
mandatory.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
All are
00010-8
*Project Name,
*Project Value,
Owner is not limited to the references provided by Bidders. Owner may, at its own
discretion, obtain references from parties other than those provided by Bidders and such
references shall be taken into consideration by Owner when determining whether or not
Bidder is a Responsible Bidder and to determine Bidders’ qualifications to perform the Work
required by this Bid.
Bidders are strongly recommended to verify reference phone numbers, fax numbers, email
addresses and contact names for accuracy. Owner will not be responsible for obtaining
updated or corrected reference information. Submission of incorrect or no information for
references may have an impact on Owner’s assessment of Bidder’s determination as a
Responsible Bidder and Bidder’s qualifications to perform the Work in this Bid, up to and
including disqualification and rejection of Bid.
C. The Owner reserves the right to reject any Bid if, in the Owner’s sole judgment, the evidence
submitted by, or investigation of such Bidder fails to satisfy the Owner that Bidder is a
Responsible Bidder and is qualified to carry out the obligations of the Contract and to
complete the Work contemplated herein.
1.08 SUB-CONTRACTORS.
A.
Listing:
1. Subcontractors:
a. The Bidder shall list the subcontractors he proposes to use for all trades or items on
the Bid Response Form. The listing of subcontractors shall be in accordance with the
New Mexico Subcontractors Fair Practices Act, sections 13-4-31 through 13-4-42
NMSA 1978 (1992 Repl.) (the "Fair Practices Act"). The Bidder shall list all
subcontractors and their place of business for trades listed on the form that fall above
the listing threshold for this Project (see paragraph 1.16 of these Instructions to
Bidders). The Bidder shall use the firm listed, or themselves if "General Contractor"
has been listed, unless a request for a change or substitution is approved by the
Owner for any reason as outlined herein. The successful Bidder shall identify all
subcontractors to the Owner, in writing, within 30 days of execution of the Contract.
b. The Architect and Owner shall consider any request for a change in the listed firms if
the Bidder can furnish evidence of being able to perform the work in a manner more
satisfactory and beneficial to both the Owner and the Bidder by not using the listed
firm, or as otherwise set forth in the Fair Practices Act. Satisfactory reasons for a
substitution may include, with respect to the Subcontractor, bankruptcy or
insolvency, the inability to bond, or lack of evidence of being able to furnish
acceptable materials on schedule. Also, if the Bidder has made an inadvertent
clerical error in listing a low subcontractor, a request for substitution, made after the
Bid opening will be considered. The proof of error must be conclusive based upon
the approval of said evidence by the listed subcontractor and/or any other
confirmation satisfactory to the Architect and Owner.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-9
c. The Bidder shall not list itself as the subcontractor for any trade unless he has
previously performed work of this type or can prove to the Architect's and Owner’s
satisfaction that he actually has, or will obtain, fully adequate facilities and plans to
perform the Work with his own forces.
d. Omission or non-compliance with the intent of the Subcontractor Listing Form will
be grounds for considering a Bid as non-responsive.
e. The apparent low Bidder's Subcontractors Listing Form will be read following the
Bid opening upon request.
2. The Bidder will, upon request, be required to establish to the satisfaction of the Architect
and the Owner the reliability and responsibility of the proposed Subcontractors to furnish
and perform the Work described in the Sections of the Specifications pertaining to the
proposed Subcontractors respective trades.
3. Prior to the award of the Contract, the Architect will notify the Bidder in writing if either
the Owner or the Architect, after due investigation, has objection, in the Architect’s or
Owner’s sole judgment, to any person or organization on such list, and refuses in writing
to accept such person or organization. Thereupon, the Bidder may, at his option:
a. Withdraw their Bid; or
b. Submit an acceptable substitute Subcontractor. In the event of withdrawal under
this Subparagraph, Bid Security will not be forfeited.
4. Persons and entities proposed by the Bidder and to whom the Owner and Architect have
made no objection must be used on the Work for which they were proposed and shall not
be changed except with the written consent of the Owner and Architect.
1.09 PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND.
A. Security of Faithful Performance: The Bidder shall furnish bonds covering the faithful
performance of the Contract and the payment of all obligations arising thereunder in an
amount equal to one hundred percent (100%) of the Contract Sum including all
Addenda/Amendments, applicable taxes and with such sureties secured through the Bidder's
usual sources, licensed to do business in the State of New Mexico and as may be agreeable to
the parties. The cost of such bonds shall be included in the Bid.
B. Time of Delivery and Form of Bonds:
1. The Bidder shall deliver the required bonds to the Owner not later than the date of the
execution of the Contract, or if the Work is commenced prior thereto in response to a
letter of Notice to Proceed, the Bidder shall, prior to commencement of Work submit
evidence satisfactory to the Owner that such bonds will be furnished.
2. The bonds shall be written on the AIA Document A311, Performance Bond and Labor
and Material Payment Bond and shall be dated on or after the date of the Contract.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-10
3. The Bidder shall require the Attorney-in-Fact who executes the required bonds on behalf
of the surety to affix thereto a certified and current copy of his Power of Attorney.
1.10 SUBCONTRACTOR PAYMENT AND PERFORMANCE BONDS.
A. Senate Bill 207 (“SB 227”) (effective July 1, 2007) modifies the New Mexico Procurement
Code to require that subcontractors whose contract for work to be performed on a project is
One Hundred Twenty Five Thousand Dollars ($125,000.00) or more are required to provide a
payment and performance bond. Contractors performing work on CNM Projects shall
comply with SB 207 as follows:
1. All entities and persons doing business with CNM shall comply with SB 207.
2. Any subcontractors whose work to be performed on a CNM Project is $125,000.00 or
more must provide payment and performance bonds.
3. Subcontractor is defined as a contractor who contracts directly with the general contractor
(hereinafter “First Tier Subcontractor”).
4. CNM requires payment and performance bonds from all First Tier Subcontractors whose
contracts, as determined by their bids submitted on bid day, are $125,000.00 or more.
5. The First Tier Subcontractor shall include in their payment and performance bond
amounts, monies for any contractors, subcontractors with whom they contract for any
CNM Project.
6. The subcontractor payment and performance bonds shall be issued by a corporate surety
authorized to do business in New Mexico in accordance with the New Mexico Insurance
Code, shall be sureties listed in the most current U.S. Treasury Circular 570, and shall
name both the prime/general contractor and Central New Mexico Community College
(CNM), as obligees.
7. The performance and payment bonds required under this section shall be provided to the
general contractor at the time the subcontract is executed. The general contractor is
required to provide CNM with certified copies of payment and performance bonds for all
subcontracts of $125,000.00 or more prior to the (general contractor/subcontractor)
starting work on any CNM Project.
8. The payment and performance bond shall be in the amount 100% of the subcontractor’s
contract as determined by the bid submitted by the subcontractor on bid day.
9. The payment and performance bonds required by this section shall be provided at the
expense of the subcontractor, who may include the bond premium in their bid. CNM will
not pay additional monies, over and above the bid amount, for payment and performance
bonds.
10. Nothing in this section relieves the general/prime contractor from its obligation to
provide payment and performance bonds pursuant to N.M. Stat. Ann. §§ 13-4-18 and 19,
New Mexico’s Little Miller Act.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-11
11. The subcontractor payment and performance bonds required by this section shall be
provided on AIA surety bond forms AIA document A312 or other acceptable form.
1.11 TIME OF COMPLETION AND LIQUIDATED DAMAGES.
A. Bidder must agree to commence work on or before a date specified in a written Notice to
Proceed issued by the Owner.
B. The Bidder must agree to complete the Project within 120 consecutive calendar days
thereafter.
C. The Owner will suffer financial loss if the Project is not substantially complete on the date
set forth on the Contract Documents. The Bidder (and his surety) shall be liable for and shall
pay to the Owner, not as a penalty, but as fixed, agreed upon liquidated damages, the amount
of $500.00 per calendar day of the delay after the Contract completion date until the Work is
determined by the Architect to be substantially complete, and as set forth in paragraph 1.43A
of these Instructions to Bidders.
1.12 UTILIZATION OF SMALL AND MINORITY BUSINESS ENTERPRISES. It is the
policy of the Owner that Small and Minority Business Enterprises shall have the opportunity to
participate in the award of contracts by the Owner. The Bidder hereby agrees to carry out this
policy in the awarding of subcontracts consistent with the efficient performance of the Contract,
if received. Bidders acting in good faith may rely on the written representations by their
Subcontractors as to business size and type.
1.13 RESIDENT CONTRACTOR AND MATERIALS PREFERENCE AND CRIMINAL
LAWS. Resident Bidders shall be given preference on award of the contract in accordance with
State requirements for public works contracts. Materials produced, grown, processed or
manufactured in New Mexico by citizens or residents of New Mexico shall be given preference
on award of the Contract in accordance with State requirements for public works contracts. New
Mexico Criminal Laws prohibit bribes, gratuities and kick-backs.
1.14 TAXES. Bidder should be aware of the New Mexico Gross Receipts Tax (NMGRT). Do
not include NMGRT in your Base Bid. Provision for reimbursement of these taxes are provided
in the Supplementary Conditions (See SECTION 00300).
1.15 INSURANCE. Contractor's insurance requirements are set out in the GENERAL
CONDITIONS OF THE CONTRACT FOR CONSTRUCTION, 2007 EDITION, AIA document
A201, as amended and modified by CNM in SECTION 00300. Five (5) signed copies of all
required certificates, endorsements, or other evidence of insurance must be delivered to Owner as
provided in the bid documents. Insurance certificates must show CNM as "additional insured".
Document’s must reference this bid number on the face of the insurance cerificate.
1.16 SUBCONTRACTORS (NEW MEXICO SUBCONTRACTORS FAIR PRACTICES ACT).
Names of subcontractors providing over $5,000.00 of the total project cost, not including
alternates, whichever is greater, shall be listed on the Bid Response Form, pursuant to the New
Mexico Subcontractors Fair Practices Act. There shall be only one subcontractor listed for each
classification. If a contractor fails to receive a bid for a category of work, he shall designate on
the Bid Response Form that no bid was received. If a contractor fails to receive more than one
bid for a category of work, he shall state on the Bid Response Form that only one subcontractor’s
bid was received, together with the name of the subcontractor. This designation shall not occur
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-12
more than one time on the subcontractor list. If a contractor fails to specify a subcontractor in
excess of the listing threshold and he does not state that no bid was received or that only one bid
was received, he represents that he is fully qualified to perform that portion of the work himself
and that he shall perform that portion of the work himself. If after the award of the Contract, the
Contractor subcontracts any portion of the Work, except as provided in the Subcontractor Fair
Practices Act, the Contractor shall be guilty of violation of the Subcontractor Fair Practices Act
and subject to the penalties provided therein. The Owner reserves the right to disqualify
subcontractors in accordance with the Conditions of the Contract. Contractor may not change
any of the subcontractors so listed without Owner's consent. Owner's right to object following
Notice of Award and execution of the Agreement to any subcontractor listed shall be as provided
in the proposed Contract Documents (particularly Article 5 of the General Conditions). Should
Owner object to any listed subcontractor prior to the Notice of Award, and Contractor fails to
promptly secure an alternative subcontractor acceptable to Owner, then such shall be a basis for
Owner rejecting a Bid as unresponsive.
1.17 SUBMITTALS. Deliver Bid Response Form, Bid Security, Debarment/Suspension Status
and Non-Collusion Affidavit Form, and Subcontractor Listing in an opaque sealed envelope to
the location identified in the Invitation to Bid. Identify the envelope with the project name, Bid
number, name of the Bidder, and the time and date of the Bid opening on the bottom left hand
corner of the envelope. Each Bid must be submitted on the prescribed form. All blank spaces for
Bid prices must be filled in with ink or typewritten. Corrections shall be initialed in ink by
person signing the Bid.
1.18 BID OPENING. Bids will be opened and publicly read aloud. Bids received after the time
and date established by the Bid opening shall be returned unopened. The reading of Bids is for
information only and is not to be construed as acceptance or rejection by the Owner.
1.19 PROTEST. Any bidder, offerer or Contractor who is aggrieved in connection with a
procurement action may protest to the Director of Purchasing at the Owner. The protest shall be
submitted in writing within 15 calendar days after the fact or occurrences giving rise thereto.
1.20 AWARD. The award shall be contingent upon approval by Owner's Governing Board.
Owner reserves the right 1) to award the Bid based upon the Base Bid only or any combination of
Base Bid and Alternate(s) (note that the listed order of Alternates, if any, is not prioritized); 2) to
reject any or all Bids or any part thereof; 3) to waive any informality in any Bid; and 4) to accept
the Bid that is in the best interest of the Owner. Owner’s determination that Bidder is a
Responsible Bidder and that Bidder has the qualifications to satisfactorily complete the Work
called for in the Bid, as determined by Owner and in Owner’s sole judgment, shall be an integral
component in deciding the award of the Bid. It is the responsibility of the Bidder to inquire as to
Bid results and the status of any subsequent award(s).
1.21 DISQUALIFICATION. The Owner reserves the right to disqualify Bids, before or after
opening, upon evidence of collusion with intent to defraud or other illegal practices upon the part
of the Bidder. The Procurement Code, Section 13-1-28 through 13-1-99 NMSA, imposes civil
and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose
felony penalties for illegal bribes, gratuities and kick backs. Owner further reserves the right to
disqualify the apparent low Bidder if Owner determines, in its sole judgment, that the apparent
low Bidder is not a Responsible Bidder. Owner further reserves the right to award the project to
the next apparent low Bidder if that Bidder is determined to be a Responsible Bidder. A similar
determination of Responsible Bidder will be made.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-13
1.22 CONTINUED QUALIFICATIONS OF BIDDERS. The Owner may make any
investigations it feels necessary to determine whether or not Bidder is a Responsible Bidder and
has the qualifications and ability to perform the Work. Bidder shall furnish to the Owner all
information and data for this purpose as the Owner may request. The Owner reserves the right to
reject any Bid if the evidence submitted by, or investigation of the Bidder fails to satisfy the
Owner, in Owner’s sole judgment, that such Bidder is a Responsible Bidder and is qualified to
carry out the obligations of the Contract and to complete the Work described therein.
Bidder shall also construe this provision to incorporate any necessary investigation and/or
monitoring during the life of any resulting Contract to enforce any current policy of the Owner's
Governing Board such as, but not limited to, no smoking, no alcoholic beverages, no drugs and
no firearms on the Owner's property; and no demonstration of language or gestures which may
be construed as sexual or racial harassment or offensive to students, employees or guests of the
Owner. As a general rule, any such regulation or law applying to the Owner's personnel shall be
deemed to be in force for Bidder's workforce occupying any work site.
1.23 EXECUTION OF CONTRACT/COMPLIANCE WITH BID INSTRUCTIONS. If the
Bidder's Bid is accepted by Owner, such Bidder shall execute the Contract Documents and
provide the instruments/documents called for in the Bidding Documents within ten (10) days after
the Notice of Award, subject to forfeiture of its Bid security if such is not timely done. Bidder
further acknowledges his understanding of the payment/performance bond requirements and
insurance requirements called for in the Bidding Documents.
1.24 PLAN CHECKING & PERMIT FEES. Each Bidder shall include as part of the Bid any
Plan Checking Fee & Permit Fee as charged by the City of Albuquerque (or any other applicable
entity or agency with jurisdiction over the Project) for checking plans prior to obtaining a
Building Permit and all costs incurred for permits relating to this Scope of Work. The Owner
does not pay for business licenses, professional affiliations and similar costs of doing business
which are the Bidder's obligation to secure and maintain. The cost of all bonding will be paid by
the Bidder and will not be paid by the Owner. Include these costs in your bid.
1.25 STATE WAGE RATES. It is the Bidder's responsibility to acquaint himself with and
comply with State Regulations regarding payment of wages on public projects. Wage rates as
established by the New Mexico State Labor and Industrial Commission are attached and will be
paid by the Bidder and all subcontractors. Compliance is a part of the Bid. The Bidder and all
subcontractors shall pay all persons employed on the site of the Project, unconditionally and not
less often than once a week, and without subsequent unlawful deduction or rebate on any account,
the full amount accrued at time of payment, computed at wage rates not less than those stated in
the attached wage rates in SECTION 00400 provided by A/E.
In the event it is found by the State Labor Commission, that any person employed by the Bidder
or any subcontractor on the site of a Project covered by any resulting Contract has been or is
being paid, as a result of a willful violation, a rate of wages less than the rate of wages required
by the contract, the Owner may, by written notice to the Bidder and his or her subcontractor (if
the violation involves a subcontractor) terminate their right to proceed with the Work, or such
part of the Work as to which there has been a willful failure to pay the required wages, and the
Owner may prosecute the Work to completion by contract or otherwise, and the Bidder and his
sureties shall be liable for any excess cost occasioned thereby. Any party receiving notice of
termination of his contract or subcontract under the provisions of this section may appeal the
finding to the State Labor Commissioner as provided in the Public Works Minimum Wage Act.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-14
1.26 PUBLIC WORKS APPRENTICESHIP AND TRAINING ACT. The Bidder, by submitting
a Bid, agrees to make contributions to approved apprentice and training programs in New Mexico
in which the Bidder is a participant or to the public works apprentice and training fund
administered by the Public Works Bureau of the Labor and Industrial Division of the New
Mexico Labor Department, all as required pursuant to the New Mexico Public Works Apprentice
and Training Act, Section 13-4D-1 et seq. NMSA 1978 (1992 Repl.).
1.27 CLEAN UP. It is the Bidder's responsibility that the job site be kept clean and free of
debris while Work is performed under any resulting Contract. Upon completion of the Work, all
areas shall be cleared of all Bidder's and subcontractors' equipment, excess materials and debris.
1.28 CONFLICT OF INTEREST. Bidder warrants that it presently has no interest and shall not
acquire any interest directly or indirectly which would conflict in any manner or degree with the
performance of services required under these Bidding Requirements.
1.29 CONSTRUCTION RECORD DRAWINGS. The successful contractor will be required to
provide the Owner, upon completion of the work, three (3) sets of record drawing(s) showing any
changes from the contract drawings (especially electrical, plumbing, utility lines, etc.) added or
affected by the work the contractor has performed, unless provisions for pre-approval of drawings
is contained elsewhere in these Bidding Documents.
1.30 DAMAGE AND SECURITY OF OWNER'S PROPERTY. The Bidder shall be responsible
for all damage to persons or property that occurs as a result of his fault or negligence, or that of
any of his employees, agents and/or subcontractors. He shall save and keep harmless the Owner
against any and all loss, cost, damage, claims, expense or liability (including court costs and
attorneys' fees) in connection with the performance of any resulting Contract. Any equipment,
electrical conduit, or facilities damaged by the Bidder's operations shall be repaired and/or
restored to their original condition at the Bidder's expense, including but not limited to cleaning
and painting. The Bidder shall be responsible for security of all his equipment and for the
protection of Work done under any resulting Contract until final acceptance of the Work.
1.31 DISRUPTION OF NORMAL ACTIVITY. CNM must remain in operation during
construction. All work shall be performed so as not to interfere with normal activities of the
Owner and the staff and students of the Owner. When it is necessary to disrupt normal activities,
the schedule of Work and areas to be affected must be approved by the Owner's authorized
representative prior to commencement of the Work.
1.32 EMPLOYEE CERTIFICATION. The Bidder and all Bidder's employees utilized on the
Work to be performed under the Contract must have the proper certification(s) and license(s) to
comply with State and local requirements connected to any resulting Contract.
1.33 EQUIPMENT REQUIRED.
The Bidder shall be responsible for supplying and
maintaining all equipment and materials necessary to complete the Work under any resulting
Contract except as otherwise noted in the Specifications.
1.34 GOVERNING LAW. These Bidding Documents will be interpreted and governed by the
laws of the State of New Mexico.
1.35 INSPECTIONS. The Bidder shall be responsible for securing at his expense, all required
inspections to comply with Federal, State and/or local regulations governing the Work performed
under any resulting Contract.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-15
1.36 LICENSES/PERMITS/EASEMENTS. The Bidder shall be responsible for obtaining, at
his expense, all permanent easements, public utility easments, right-of-ways, accesses, licenses,
permits, and utility locations required to perform the Work under any resulting Contract.
1.37 NEW MATERIALS REQUIRED. Unless otherwise specified, all materials and equipment
delivered and/or installed under any resulting Contract shall be new and be the standard products
of a manufacturer regularly engaged in the production of the materials and equipment. Where
two (2) or more units of the same class of materials and/or equipment are required, the units shall
be the products of the same manufacturer. Any manufacturer's data supplied with the item(s)
shall be submitted to the Owner's authorized representative.
1.38 OSHA REGULATIONS. The Bidder shall abide by Federal Occupational Safety and
Health Administration (OSHA) regulations and the State of New Mexico Environmental
Improvement Board occupational health and safety regulations that apply to the Work performed
under any resulting Contract. The Bidder shall defend, indemnify and hold the Owner free and
harmless against any and all claims, loss, liability and expense resulting from any alleged
violation(s) of said regulation(s) including but not limited to, fines or penalties, judgments, court
costs and attorneys' fees.
1.39 POTENTIAL COST-UNSPECIFIED. The Bidder shall include in his Bid all material and
labor costs known to be required to complete the Work under any resulting Contract including
any materials, labor or other costs that are not specifically identified in the Specifications.
1.40 REPLACEMENT PARTS. The quality of all replacement parts shall be equal or greater
than the quality of the original parts being replaced. All replacement parts shall be new unless
otherwise agreed to in writing.
1.41 SITE FAMILIARITY. The Bidder shall be responsible for thoroughly inspecting the Project
site and Work to be done prior to submission of a Bid. Bidder shall not be entitled to any
additional compensation or any extension of the Contract Time for conditions which can be
determined by examining the site and the proposed Contract Documents. There shall be no
allowance for anticipated profits. The failure of the Bidder to be fully informed regarding the
requirements of any resulting Contract will not constitute grounds for any claim, demand for
adjustment or the withdrawal of a Bid after the opening.
1.42 STATE AND LOCAL ORDINANCES.
The Bidder shall perform Work under any
resulting Contract in strict accordance with the latest adopted version of all state and local codes,
ordinances, and regulations governing the work involved. All materials and labor necessary to
comply with the rules, regulations and ordinances shall be provided by the Bidder. Where the
drawings and/or specifications indicate materials or construction in excess of the code
requirements, the drawings and/or specifications shall govern. The Bidder shall be responsible
for the final execution of the Work to meet these requirements. In the event of a conflict between
various codes and standards, the more stringent shall apply.
1.43 CONTRACTOR SCHEDULE REQUIRED. The Bidder shall provide prior to signing the
Contract a proposed schedule for completion of Work. It should contain an itemized break out of
all major items and projects and include testing dates, if applicable Schedule shall be reviewed by
owner and adjustments to meet utility shut downs, hours of operation.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-16
1.44 COMMENCEMENT DATE / SUBSTANTIAL COMPETION DATE. The Commencement
Date will not be later than ten (10) days after written notice to proceed and will be established by
issuance of a Purchase Order (PO). The allowed total duration for construction will be 120
consecutive calendar days.
1.45 THE CONTRACTOR AND SUBCONTRACTORS. The Bidder and each subcontractor
shall to the best of their abilities, provide and install materials that are ASBESTOS-FREE. Any
material violating any applicable federal, state or local laws or regulations covering asbestos must
be removed by a licensed asbestos abatement contractor and replaced with non-asbestos
containing material at no cost to the Owner. The area where such work is conducted will be
returned to its substantially complete condition. Such replacement action will be in effect for the
period of construction and continue through the entire warranty year.
1.46 GENERAL TERMS AND CONDITIONS. The Owner's General Terms and Conditions
are an equal and integral part of these Bidding Documents (see SECTION 00150).
1.47 STATUS OF CONTRACTOR. The Bidder is an independent contractor performing
services for the Owner and neither he nor his agents or employees shall, as a result of this
agreement, accrue leave, retirement, insurance, bonding authority, use of the Owner's vehicles, or
any other benefits, prerequisites or allowances normally afforded only to employees of the
Owner. The Bidder acknowledges that all sums received under the Contract are personally
reportable by him for income, self-employment and other applicable taxes.
1.48 WORKMANSHIP/COOPERATION. All Work shall be done in a neat, workman-like
manner using acceptable equipment and methods. The Bidder will cooperate with the Owner and
other contractors and coordinate his Work involving other contractors through the Owner's
authorized representative.
1.49 GENDER REFERENCES. All references contained in these Bidding Documents to any
gender shall be construed to include both genders.
1.50 NO THIRD PARTY BENEFITS. None of the Bidding Documents are intended for the
benefit of any party other than the Owner and shall convey no other legal interest to any party not
a party thereto.
1.51 LIMITATION ON INDEMNIFICATION PROVISIONS. Notwithstanding any provision
to the contrary contained in any of the Bidding Documents, no agreement to indemnify contained
in any of the Bidding Documents shall extend to liability, claims, damages, losses or expenses,
including attorneys' fees arising out of:
a. the preparation or approval of maps, drawings, opinions, reports, surveys, change orders,
designs or specifications by the indemnified party, or the agents or employees of the
indemnified party; or
b. the giving of or failure to give directions or instructions by the indemnified party, or the
agents or employees of the indemnified party, where such giving or failure to give
directions or instructions is the primary cause of bodily injury to persons or damage to
property.
1.52 TIME OF ESSENCE. Time is of the essence to each of the Bidding Documents.
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-17
1.53 CAPTIONS. The headings contained in these Bidding Documents are for convenience of
reference only and shall not be used to construe or interpret any of the provisions of these
Bidding Documents.
END OF SECTION 00100. INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
Bid #T-2914. Advertised November 24, 2013
Copyright CNM, 2013. All rights reserved.
00010-18
SECTION 00200
BID RESPONSE FORM - BID FOR LUMP SUM CONTRACT
Contractor's License No(s). ____________________ Resident Preference No.___________________
Resident Veterans Business Preference Number _________________________________________
Labor Enforcement Fund Registration Number _________________________________________
Bid of
(hereinafter called the Bidder), organized and existing
under the Laws of the State of
, 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-2914 for “Re-Bid, CNM Blackbox Theater
Renovation”, 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) 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 1.10 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 ____________.
No.
dated____________. No.
dated____________. No.
dated ____________.
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 1
A. BASE BID PROPOSAL: Bidder agrees to perform the Work required for construction of
Bid #T-2914, “Re-Bid, CNM Blackbox Theater Renovation”. 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.).
BASE BID _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
Total (Base Bid)
($______________________________________________________________).
(Amounts to be shown in both words and figures. In case of discrepancy, the amount shown in words
will govern.)
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 2
LIST ALTERNATES if APPLICABLE
ALTERNATE # 1 Install Translucent Canopies at Lobby Ceiling. Basis of Design USG Translucent
Canopy Element-Wave, 2x6, Color Mandarin Iridescent..
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
ALTERNATE # 2 Repair existing masonry site wall where identified on Drawings
Sum ($________________________________________________________).
Dollars($______________________________).
(Figure)
ALTERNATE # 3 Theatrical Lighting Package as defined on A-501 “Package 1 Specifications.
Theatrical Lighting System.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
ALTERNATE # 4 Access ladder for roof. See sheet A-202.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
ALTERNATE # 5 Theatrical Soft Goods Package alternative fullness. Base bid as described on A-501.
This alternate is for same quantities as base bid quoted with 50% fullness in lieu of sewn flat.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 3
C. SUBCONTRACTOR LISTING:
The following subcontractors 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.
The listing threshold for the Project is $5,000.00.
Category of Work
Subcontractor Name
City or County of Subcontractors
place of business
1. Div 03 Concrete
2. Div 04 Masonry
3. Div 05 Steel
4. Div 06 Sacrificial Floor
5. Div 07 Roof
6. Div 08
Frames
Doors
and
7. Div 09 Drywall
8. Div 09 Tile
9. Div 09 Paint
10. Div
09
Panels
Acoustical
11. Div 22 Plumbing
12. Div 23 HVAC
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 4
13. Div 26 Electrical
14.
15.
16.
17.
18.
19.
20.
21.
22
23.
24.
25.
26.
27.
D. AWARDING CONTRACT: Bidder understands that the Contract in the form of the Contract
Documents (as may be modified in accordance with paragraph 1.0.2.A of Instructions to Bidders) will be
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 5
awarded in accordance with the provisions under paragraph 1.06 of Instructions to Bidders and that the
Owner reserves the right to reject any or all Bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90)
calendar days after the scheduled closing time for receiving Bids.
Upon receipt of written notice of the acceptance of this Bid, Bidder will execute the final Contract in the
form of the Contract Documents within ten (10) days and deliver payment and performance bonds as
required by paragraph 1.09 of the Instructions to Bidders.
The Bid Security attached, using AIA Form 310, other acceptable form, or cashiers check in the sum of
5% of the total amount Bid:
Dollars ($
).
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. Non-responsive offers will not be
considered for award.
E. QUALIFICATIONS OF BIDDER: Information submitted by Bidder required in Section 00100,
Instructions to Bidders, Article 1.07, and any other investigations deemed necessary by Owner will be
considered by Owner to determine whether or not Bidder is a Responsible Bidder and to determine the
qualifications of the Bidder to perform the Work required in this Bid. Such determination by Owner, in
Owner’s sole judgment, shall be final and will be integral in Owner’s Bid award decision.
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 6
RESIDENT AND RESIDENT VETERANS PREFERENCE CERTIFICATION
RESIDENT PREFERENCE
BIDDERS WISHING TO RECEIVE THE RESIDENTIAL PREFERENCE AS APPLICABLE PER NMSA 13-1-21
MUST SUBMIT A VALID RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE.
Submitted certificates shall be validated by CNM with New Mexico Tax & Revenue.
RESIDENT VETERANS PREFERENCE
BIDDERS WISHING TO RECEIVE THE RESIDENT VETERANS BUSINESS PREFERENCE AS APPLICABLE
PER NMSA 13-1-22 MUST SUBMIT A VALID RESIDENTIAL VETERAN PREFERENCE CERTIFICATE WITH
THEIR SEALED RESPONSE AND COMPLETE THE FOLLOWING. Submitted certificates shall be validated
by CNM with New Mexico Tax & Revenue.
__________________________________________ (NAME OF CONTRACTOR) hereby certifies the following in
regard to application of the resident veterans' preference to this procurement:
PLEASE CHECK ONE BOX ONLY FROM THE THREE (3) CHECK BOXES LISTED BELOW:
The following three (3) checkboxes are applicable to ONLY those vendors eligible to receive New Mexico
Resident Veterans Preference AND who have included a valid New Mexico Resident Veterans Preference
certificate with their sealed response. No preference will be extended unless a valid certificate is included in your
sealed response. This Resident Veterans Preference is separate from the Resident Preference and is not
cumulative with that preference.
 I declare under penalty of perjury that my business prior year revenue starting January 1 ending December 31 is less
than $1M allowing me the 10% preference discount on this solicitation. I understand that knowingly giving false or
misleading information about this fact constitutes a crime.
 I declare under penalty of perjury that my business prior year revenue starting January 1 ending December 31 is more
than $1M but less than $5M allowing me the 8% preference discount on this bid or proposal. I understand that
knowingly giving false or misleading information about this fact constitutes a crime.
 I declare under penalty of perjury that my business prior year revenue starting January 1 ending December 31 is more
than $5M allowing me the 7% preference discount on this bid or proposal. I understand that knowingly giving false or
misleading information about this fact constitutes a crime.
"I agree to submit a report, or reports, to the State Purchasing Division of the General Services Department
declaring under penalty of perjury that during the last calendar year starting January 1 and ending on December 31, the
following to be true and accurate:
"In conjunction with this procurement and the requirements of this business' application for a Resident Veteran
Business Preference/Resident Veteran Contractor Preference under Sections 13-1-21 or 13-1-22 NMSA 1978, when
awarded a contract which was on the basis of having such veterans preference, I agree to report to the State Purchasing
Division of the General Services Department the awarded amount involved. I will indicate in the report the award
amount as a purchase from a public body or as a public works contract from a public body as the case may be.
"I understand that knowingly giving false or misleading information on this report constitutes a crime."
I declare under penalty of perjury that this statement is true to the best of my knowledge. I understand that giving false or
misleading statements about material fact regarding this matter constitutes a crime.
______________________________________________________________________________
(Signature of Business Representative)*
(Date)
*Must be an authorized signatory for the Business.
The representations made in checking the boxes constitutes a material representation by the business that is subject to
protest and may result in denial of an award or unaware of the procurement involved if the statements are proven to be
incorrect.
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 7
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________________________________________________________________________
Respectfully submitted,
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 8
By __________________________________________________
(Legal Company name)
___________________________________________________________________________
(Address/City/State/Zip code)
(
)________________________
Telephone number
(
)______________________
Fax number
_____________________________________________________________________________
(E-mail address)
__________________________________________________
(Signature)
_____________________
(Date)
__________________________________________________
(Typed Name and Title of Above)
(SEAL, if bid is by corporation) _____________________________
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 9
REFERENCES
CNM Bid # T-2914
Company #1 Name: ______________________________________
Reference Individual’s Name: ______________________________
Reference Individual’s Contact Information:
Telephone: _____________________
Fax: ___________________________
Email: _________________________
Project Name: ___________________________________________
Project Value: $ ___________________________
Company #2 Name: ______________________________________
Reference Individual’s Name: ______________________________
Reference Individual’s Contact Information:
Telephone: _____________________
Fax: ___________________________
Email: _________________________
Project Name: ___________________________________________
Project Value: $ ___________________________
Company #3 Name: ______________________________________
Reference Individual’s Name: ______________________________
Reference Individual’s Contact Information:
Telephone: _____________________
Fax: ___________________________
Email: _________________________
Project Name: ___________________________________________
Project Value: $ ___________________________
BID #T-2914, Advertised on November 24, 2013
SECTION 00200- 10
SECTION 00010
INVITATION TO BID
BID NUMBER:
T-2914 RE-BID
PROJECT:
Central New Mexico Community College (CNM)
Blackbox Theater Renovation
OWNER:
GOVERNING BOARD OF CENTRAL NEW MEXICO COMMUNITY COLLEGE
(CNM)
525 BUENA VISTA SE
ALBUQUERQUE, NM 87106
OWNER'S PROCUREMENT CONTACT:
GREG VAN WART, CNM SENIOR BUYER
CENTRAL NEW MEXICO COMMUNITY COLLEGE
PURCHASING DEPARTMENT
525 BUENA VISTA SE,
A BUILDING, ROOM #A128
ALBUQUERQUE, NM 87106
PHONE (505) 224-4546
FAX (505) 224-4548
E-mail address: [email protected]
A. Invitation: You are invited to bid on a general contract, furnishing all labor and materials, including
all site, architectural, structural, mechanical and electrical work as indicated on the Drawings and as
specified within the Project Manual for a complete project.
B. Receipt of Bids: The Owner will receive sealed Bids from Bidders until 3:00 PM local time
(MDT) on Tuesday, December 17, 2013 at Central New Mexico Community College (CNM), Main
Campus, 525 Buena Vista SE, A Building, Room #A109, Albuquerque, New Mexico, 87106. 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.
C. Contract Documents: The proposed Contract Documents may be examined at the following
locations.
Builders News & Plan Room
3435 Princeton, N.E., Albuquerque, NM, 87107
Construction Reporter
Construction News Service
McGraw-Hill Construction Dodge
Reed Construction Data
1609 2nd Street, N.W., Albuquerque, NM 87102
75 Centennial Blvd., Colorado Springs, CO, 80919
1615 University N.E., Albuquerque, NM 87110
8878 S. Barrons Blvd., Highlands Ranch, CO 80129
D. The proposed contract documents may be modified prior to execution of the contract to reflect
Owner’s decisions as to optional methods of compliance with the New Mexico Prompt Payment Act.
BID #T-2914 RE-BID; Advertise on Sunday, November 24, 2013
- 1
SECTION 00010
E. Securing Documents: Bona fide general contract bidders, subcontractors, suppliers and
manufacturers may secure copies of the proposed Contract Documents from:
Albuquerque Reprographics, Inc
ATTN: Anna
4716 McLeod NE
Albuquerque, NM 87109
(505) 884-0862
on the following basis:
1. General Contractors: Three (3) sets of Contract Documents may be obtained upon deposit of
$75.00 per set, refundable upon return of undamaged/unmarked sets, including all
addenda/amendments, within ten (10) days after receipt of bids. No partial sets will be issued.
Architect will determine whether or not set is undamaged/unmarked, refunds will be mailed after
sets have been checked. Checks shall be made payable to Central New Mexico Community
College (CNM) Purchasing Department.
2. Mechanical and Electrical Subcontractors: One (1) set of Contract Documents may be obtained
upon deposit of $75.00 per set, refundable upon return of undamaged/unmarked set, including all
addenda/amendments, within ten (10) days after receipt of bids. No partial sets will be issued.
Architect will determine whether or not set is undamaged/unmarked, refunds will be mailed after
sets have been checked. Checks shall be made payable to Central New Mexico Community
College (CNM) Purchasing Department.
3. All Other Subcontractors and Supplier/Manufacturers:
a. Copies of entire sets of Contract Documents may be obtained upon deposit of $75.00 per set,
refundable upon return of undamaged/unmarked set, including all addenda, within ten (10)
days after receipt of bids. No partial sets will be issued. Architect will determine whether or
not set is undamaged/unmarked, refunds will be mailed after sets have been checked. Checks
shall be made payable to Central New Mexico Community College Purchasing Department.
b. Copies of portions of the Contract Documents (Technical provision sections and drawing
sheets) may be obtained at a cost established by the Architect - non-refundable. If
Subcontractors, and Supplier/Manufacturers obtain copies of portions of Contract
Documents, they shall be responsible for reading and comprehending the requirements of all
portions of the Contract Documents and shall be liable for same.
E. Information: Architectural and engineering firms to contact for information regarding this project
are as follows:
ARCHITECT:
Susan Johnson
FBT Architects
505-883-5200
[email protected]
6501 Americas Pkwy NE Ste 300
Albuquerque, NM 87110
BID #T-2914 RE-BID; Advertise on Sunday, November 24, 2013
- 2
SECTION 00010
STRUCTURAL
ENGINEER:
Mike Walla
Walla Engineering
6501 Americas Pkwy NE Ste 301
Albuquerque, NM 87110
505-881-3008
[email protected]
MECHANICAL
ENGINEER:
Robert Meador
Bridgers & Paxton Engineers
4600-C Montgomery NE
Albuquerque, NM 87109
505-883-4111
[email protected]
PLUMBING
ENGINEER:
Scott Surdahl
Bridgers & Paxton Engineers
4600-C Montgomery NE
Albuquerque, NM 87109
505-883-4111
[email protected]
ELECTRICAL
ENGINEER:
Larry Adkins
Bridgers & Paxton Engineers
4600-C Montgomery NE
Albuquerque, NM 87109
505-883-4111
[email protected]
F. Additional Information:
1.
Any notice required to be given or which may be given under this Invitation to Bid or the
resultant Contract shall be made to the Director of Purchasing in writing and delivered in person or via
first class mail to the following address:
Central New Mexico Community College (CNM)
525 Buena Vista SE
Albuquerque, NM 87106
END OF INVITATION TO BID
BID #T-2914 RE-BID; Advertise on Sunday, November 24, 2013
- 3
SECTION 00010
One Park Square
6501 Americas Pkwy NE, Ste. 300
Albuquerque, NM 87110
phone 505.883.5200
fax 505.883.5390
Date: SEPTEMBER 4, 2013
ADDENDUM NO. #1
Project Name: CNM Blackbox Theater Renovation
This Addendum forms a part of the Contract Documents and modifies the original “CNM BLACKBOX
THEATER RENOVATIONS” package dated August 14, 2013 & Specifications Document dated August 14,
2013 know to here-with as the “ Bidding Documents “ noted below. Acknowledge receipt of this Addendum
in the space provided on the Request for Proposal Form. Failure to do so may subject the Bidder to
disqualification.
This Addendum consists of 80 pages, 33 pages of Specifications, 3 pages of Revision Sketches, 0 full size
Drawings and 40 pages of miscellaneous information.
PRIOR APPROVALS:
The following manufacturers have been approved as acceptable equals to those specified, provided that the
proposed items are in accordance with the function, material, physical size and meet the design intent
specified. Contract requirements are not waived by these prior approvals and it shall be the responsibility of
the Contractor to verify that these products are in accordance with the Drawings and Specifications prior to
including them in his/her bid. The items submitted for prior approval have only been reviewed for general
conformance since complete and detailed submittals have not been made at this time. The Architect is not
responsible for detailing or performance problems arising during construction due to the substitution of
materials.
1. Section 075500
2. N/A
3. Section 260050
SBS MODIFIED BITUMEN ROOFING SYSTEM – CertainTeed, Flintlastic
FR-P Membrane, Flintlastic Base 20 Base Sheet Material, and FlintBoard
ISO/ISO T are prior approved.
CANOPIES – Sound Concepts Canopies Ceiling System are NOT approved.
BASIC ELECTRICAL MATERIALS AND METHODS
Luminaire Type: DSD, Manufacturer: OCL Lighting are prior approved.
Lighting Controls Manufacturer: Sensor Switch is prior approved.
Addendum To The Specifications:
Item No. Spec. Section
1.01
1.02
1.03
Section 000000 – CNM INDEX – Add section title 115213 – PROJECTION SCREENS under
Division 11.
Section 00200 - BID RESPONSE FORM – Revised to support addition of alternates, see
attached.
Section 012300 – ALTERNATES – Change Paragraph 3.1 SCHEDULE OF ALTERNATES.
C. Alternate No. 3: Theatrical Lighting Package as defined on A-501
“Package 1 Specification. Theatrical Lighiting System.”
D. Alternate No. 4: Access ladder for roof. See sheet A-202.
CNM Blackbox Theater Renovation
1.04
1.05
1.06
1.07
1.08
PROJECT NO. 0496
E. Alternate No. 5: Theatrical Softgoods Package alternative fullness. Base
bid as described on A-501. This alternate is for same quantities as base bid
quoted with 50% fullness in lieu of sewn flat.
Section 052133 – FIXED METAL LADDERS – ADD SECTION.
Section 087100 – FINISH HARDWARE – ADD SECTION.
Section 098413 – FIXED SOUND-ABSORPTIVE PANELS – Delete Section 2.1 Manufacturer
Subsection B. and
Replace with the following: “B. Acoustical Baffle System Absorption and
Plus Banner System by CMA, Inc. Shorewood, IL 60431 (800) 730-9750 1.
Substitutions: Prior Approved Equivalent”
Section 115213 – PROJECTION SCREENS – ADD SECTION.
Section 260500 – BASIC ELECTRICAL MATERIALS AND METHODS – Add License,
Indemnity and Warranty Agreement pages to end of section.
Addendum To The Drawings:
Item No. Drawing
1.09
M-701
1.10
EL-101
1.11
E-701
1.12
E-701
1.13
PP-101
1.14
PL-101
1.15
1.16
ASD-101
AD-101
1.17
A-101
ADDENDUM #1
Add Provide occupancy sensors at Womens 101 and Mens 102 to control exhaust
fan EF-1. The occupancy sensors shall be wired in parallel and start exhaust fan
EF-1 when occupancy is sensed at either restroom. The fan shall continue to run for
a minimum of 20 minutes after either room is vacated. Air King Ventilation
Products model AKOSW or equivalent. Sensors shall be rated for ¼ hp at 120 volt.
Add Provide a wall mounted fluorescent dimmer switch with linear slide level
control, to replace the single pole switch “a” in Lobby 100 for local control of the
two light fixtures. Provide fluorescent dimming ballast compatible with the
dimming switch in each of the two fixtures.
Clarify Luminaire types “A1SB” and “A1SBE” indicate “Recessed – T-Bar” as the
mounting. These should both read “Surface.” The wraparound lens shall be the
standard lens from the manufacturer. .125” thickness is not required.
Change Provide a Bodine #B74CST battery pack in lieu of the #B20CST battery
pack indicated for the type “FBE” luminaire.
Change 1” natural gas piping along west side of building (serving mechanical unit
AC-1) to be revised. Current noting calls for natural gas piping to be below grade,
and maintain a minimum clearance of 30” from building. 1” natural gas piping will
no longer be buried along the west side of the building, but will be racked up high
along the exterior face of the building. The 1” natural gas piping will remain racked
along building until it reaches the far south end of the building, where it will then
be routed down the building, below grade, and serve mechanical unit AC-1.
Change 4” overflow roof drain leader to be revised. Current routing and notation
shows the overflow roof drain piping to run parallel to the roof drain leader piping
and discharging at the south face of building. 4” overflow roof drain leader will no
longer run to the south, but continue to the west face of the building, where the
downspout nozzle (4” DN1) will discharge from high up on the building, just
below the parapet.
Add Staging area callout. SEE SKETCH SKA-002.
Add General Note K. REMOVE EXISTING SLAB, SIDEWALK, AND
ASPHALT AS REQUIRED FOR NEW PIPING. SEE SHEETS PL-101, PP-101,
AND ES-101 FOR COORDINATION.
Add General Note D. PATCH AND REPAIR ALL AREAS WHERE SLAB,
SIDEWALK, AND ASPHALT WERE REMOVED, AFTER NEW PIPING IS IN
PLACE. REFER TO SHEETS PL-101, PP-101, AND ES-101 FOR
COORDINATION.
Page 2
CNM Blackbox Theater Renovation
1.18
A-101
1.19
1.20
1.21
1.22
1.23
A-131
A-131
A-202
A-202
A-202
1.24
1.25
A-202
A-501
PROJECT NO. 0496
Change Sheet Keynote 9 to read: “ONE ALL TERRAIN BINDER TOWER,
MANUFACTURER KI; MODEL NUMBER ATBT29PFRL C-74P W21-1/8x
D12-13/16xH39-3/4 OR PRIOR APPROVED EQUAL. ONE HURRY UP FLIPTOP NESTING TABLE, MANUFACTURER KI; MODEL #HUN2042, SIZE D
20”x W 42” OR PRIOR APPROVED EQUAL. ONE TORSI-ON-AIR TASK
CHAIR, PRODUCT #TAPDNA-BL, MANUFACTURER KI, FABRIC TBD, OR
PRIOR APPROVED EQUAL.”
Add Sheet Keynote 10. “New roof ladder. Alternate #4.” SEE SKETCH SKA-003.
Add New roof ladder to plan. SEE SKETCH SKA-003.
Add Roof ladder to west wall. SEE SKETCH SKA-001.
Add Overflow roof drain scupper to west wall. SEE SKETCH SKA-001.
Add Sheet Keynote 21. “Scupper for overflow roof drain. Coordinate with
Plumbing Sheet PL-101 and Structural Sheet S-101.” SEE SKETCH SKA-001.
Add Sheet Keynote 22. “New roof ladder. Alternate #4.” SEE SKETCH SKA-001.
Replace Package 1 Theatrical Lighting and Package 3 Theatrical Softgoods with
attached new sections and equipment descriptions.
General Instructions:
Item No.
1.26
A pre-bid meeting was held on August 30, 2013 at the project site. See attached sign-in sheet for
list of attendees. All questions received by Tuesday September 3, 2013 are addressed in this
addendum.
1. Question: Is this project Buy America? Answer: No. See Specification Section 00150
Section 2 “Government Subcontract Provisions” This contract does not fall under this
provision therefore Buy America does not apply.
2. Question: I found that you have a 7 & 10 day prior approval. Which one should I use?
Answer: Per the invitation to bid section 1.04 Bidding Documents, paragraph D.1 ‘No
substitution will be considered prior to receipt of Bids unless written request for approval
has been submitted by the Bidder and has been received by the Buyer at least seven (7)
days prior to the date for receipt of Bids.’
3. Question: On A-101, the room finish schedule calls out “sacrificial floor” as the finish.
What is this? Answer: See details A2 and B2 on Sheet A-502 included in the bid
documents.
4. Clarification on scope of joist reinforcement: Per detail B1/S-101 in the bid documents
Joist reinforcement is at the pipe grid locations only. See sheet A-121 for location of pipe
grid.
5. Clarification: Per the invitation to bid we will accept questions until Friday September
6, 2013.
6. Question: Are there added supporting bar joist perpendicular to the existing bar joist, if so
please show cross section detail? Answer: No. Reinforcing per B1/S-101.
7. Question: Does the detail for strengthening the existing bar joist extend through the total
building, or just in the black box theater room 103? Answer: See clarification item #4
above.
By: Susan Johnson
ADDENDUM #1
Page 3
CNM Blackbox Theater Renovation
PROJECT NO. 0496
Principal
cc:
File
encl: Revision Sketches, Specification Sections, Additional Information
All other provisions and conditions of the Drawings and Specifications remain unchanged.
file:
\\NTSERVER4\Education\CNM Blackbox\10-Bidding&Addendums
END OF ADDENDUM No. 1
ADDENDUM #1
Page 4
SECTION 00200
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
(hereinafter called the Bidder), organized and existing
, a [corporation], [partnership] or
under the Laws of the State of
[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-2905 for “CNM Blackbox Theater
Renovation”, 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) 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 1.10 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-2905, Advertise on Sunday, August 18, 2013
SECTION 00200- 1
No.
dated____________. No.
dated____________. No.
dated ____________.
A. BASE BID PROPOSAL: Bidder agrees to perform the Work required for construction of
Bid #T-2905, “CNM Blackbox Theater Renovation”. 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.).
BASE BID _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
Total (Base Bid)
($______________________________________________________________).
(Amounts to be shown in both words and figures. In case of discrepancy, the amount shown in words
will govern.)
LIST ALTERNATES if APPLICABLE
ALTERNATE # 1 Install Translucent Canopies at Lobby Ceiling. Basis of Design USG Translucent
Canopy Element-Wave, 2x6, Color Mandarin Iridescent..
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
BID #T-2905, Advertise on Sunday, August 18, 2013
SECTION 00200- 2
Total Alternate # 2 Repair existing masonry site wall where identified on Drawings
Sum ($________________________________________________________).
Dollars($______________________________).
(Figure)
ALTERNATE # 3 Theatrical Lighting Package as defined on A-501 “Package 1 Specifications.
Theatrical Lighting System.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
ALTERNATE # 4 Access ladder for roof. See sheet A-202.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
ALTERNATE # 5 Theatrical Soft Goods Package alternative fullness. Base bid as described on A-501.
This alternate is for same quantities as base bid quoted with 50% fullness in lieu of sewn flat.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
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 1.15 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.
The listing threshold for the Project is $5,000.00.
Category of Work
Subcontractor Name
City or County of Subcontractors
place of business
1.
BID #T-2905, Advertise on Sunday, August 18, 2013
SECTION 00200- 3
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
BID #T-2905, Advertise on Sunday, August 18, 2013
SECTION 00200- 4
18.
19.
20.
21.
22
23.
24.
25.
26.
27.
D. AWARDING CONTRACT: Bidder understands that the Contract in the form of the Contract
Documents (as may be modified in accordance with paragraph 1.0.2.A of Instructions to Bidders) will be
awarded in accordance with the provisions under paragraph 1.06 of Instructions to Bidders and that the
Owner reserves the right to reject any or all Bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90)
calendar days after the scheduled closing time for receiving Bids.
Upon receipt of written notice of the acceptance of this Bid, Bidder will execute the final Contract in the
form of the Contract Documents within ten (10) days and deliver payment and performance bonds as
required by paragraph 1.09 of the Instructions to Bidders.
The Bid Security attached, using AIA Form 310, other acceptable form, or cashiers check in the sum of
5% of the total amount Bid:
Dollars ($
BID #T-2905, Advertise on Sunday, August 18, 2013
).
SECTION 00200- 5
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. Non-responsive offers will not be
considered for award.
Offerors wishing to receive the residential preference as applicable per nmsa 13-1-21 must submit
a valid residential preference certificate with their sealed response.
Offerors wishing to receive the veteran resident business preference as applicable per nmsa 13-122 must submit a valid veteran resident business preference certificate with their sealed response.
Respectfully submitted,
By __________________________________________________
(Legal Company name)
___________________________________________________________________________
(Address/City/State/Zip code)
(
)________________________
Telephone number
(
)______________________
Fax number
_____________________________________________________________________________
(E-mail address)
__________________________________________________
(Signature)
_____________________
(Date)
__________________________________________________
(Typed Name and Title of Above)
BID #T-2905, Advertise on Sunday, August 18, 2013
SECTION 00200- 6
(SEAL, if bid is by corporation) _____________________________
BID #T-2905, Advertise on Sunday, August 18, 2013
SECTION 00200- 7
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-2905, Advertise on Sunday, August 18, 2013
SECTION 00200- 8
CNM – Black Box
2/10
SECTION 052133 - FIXED METAL LADDERS
PART 1 GENERAL
1.1
SECTION INCLUDES
A.
1.2
RELATED SECTIONS
A.
1.3
1.4
Fixed aluminum wall ladders.
Section 06100 - Rough Carpentry: Blocking in metal wall studs and partitions for anchorage
of access ladders
REFERENCES
A.
ANSI A14.3 - American National Standard for Ladders -- Fixed -- Safety Requirements;
1992.
B.
ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate;
2001.
C.
ASTM B 209M - Standard Specification for Aluminum and Aluminum-Alloy Sheet and
Plate (Metric); 2001.
D.
ASTM B 210 - Standard Specification for Aluminum and Aluminum-Alloy Drawn Seamless
Tubes; 2002.
E.
ASTM B 221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars,
Rods, Wire, Profiles, and Tubes; 2000.
F.
ASTM B 221M - Standard Specification for Aluminum and Aluminum-Alloy Extruded
Bars, Rods, Wire, Profiles, and Tubes (Metric); 2000.
G.
ASTM B 308 - Standard Specification for Aluminum - Alloy T6061-T6 Standard Structural;
2002
H.
ASTM B 308M - Standard Specification for Aluminum - Alloy T6061-T6 Standard
Structural; 2002
I.
OSHA 29 CFR Standard 1910.27 - Fixed ladders; Occupational Safety and Health
Standards; current edition
SUBMITTALS
A.
Submit under provisions of Section 013000.
B.
Product Data: Manufacturer's data sheets on each product to be used, including:
1.
Preparation instructions and recommendations.
2.
Storage and handling requirements and recommendations.
3.
Installation methods.
C.
Shop Drawings: Detailed drawings showing complete dimensions, all materials, mounting
attachments, and fabrication details.
FIXED METAL LADDERS
052133-1
CNM – Black Box
1.5
QUALITY ASSURANCE
A.
1.6
2/10
Manufacturer Qualifications: Company specializing in the engineering and manufacturing of
metal ladders, with not less than fifty years of experience.
WARRANTY
A.
See Section 017800 - Closeout Submittals, for additional warranty requirements.
B.
Provide manufacturer's standard limited five-year warranty against defects in materials and
workmanship.
PART 2 PRODUCTS
2.1
2.2
2.3
MANUFACTURERS
A.
Acceptable Manufacturer: ALACO Ladder Co., which is located at: 5167 G St. ; Chino, CA
91710-5143; Toll Free Tel: 888-310-7040; Tel: 909-591-7561; Fax: 909-591-7565; Email:
request info; Web: www.alacoladder.com
B.
Requests for substitutions will be considered in accordance with provisions of Section
016000.
MATERIALS
A.
Extruded Aluminum Profiles: ASTM B 221/B 221M, ASTM B 210, ASTM B 308/B 308M,
Alloy 6061-T6; standard mill finish.
B.
Aluminum Sheet and Plate: ASTM B 209/B 209M, Alloy 6061-T6; standard mill finish.
C.
Fasteners: Aluminum solid aircraft rivets rated at 300 lbs (1335 N) shear strength.
D.
Cast fittings, connectors and rung ends: Cast Aluminum alloy 356
LADDERS
A.
2.4
Ladders - General: Comply with ANSI A14.3 and OSHA regulations.
FINISHES
A.
Provide all aluminum in standard mill finish.
PART 3 EXECUTION
3.1
3.2
EXAMINATION
A.
Do not begin installation until substrates have been properly prepared.
B.
If substrate preparation is the responsibility of another installer, notify Architect of
unsatisfactory preparation before proceeding.
INSTALLATION
A.
Install in accordance with manufacturer's instructions and approved shop drawings, and in
compliance with ANSI A14.3 and OSHA 1910.27.
FIXED METAL LADDERS
052133-2
CNM – Black Box
3.3
2/10
PROTECTION
A.
Protect installed products until completion of project.
B.
Touch-up, repair or replace damaged products before Substantial Completion.
END OF SECTION
FIXED METAL LADDERS
052133-3
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
SECTION 087100 – DOOR HARDWARE
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes commercial door hardware for the following:
1.
2.
3.
B.
Door hardware includes, but is not necessarily limited to, the following:
1.
2.
C.
Division 08 Section “Door Hardware Schedule”.
Division 08 Section “Hollow Metal Doors and Frames”.
Division 08 Section “Interior Aluminum Doors and Frames”.
Division 08 Section “Flush Wood Doors”.
Codes and References: Comply with the version year adopted by the Authority Having
Jurisdiction.
1.
2.
3.
4.
5.
6.
E.
Mechanical door hardware.
Cylinders specified for doors in other sections.
Related Sections:
1.
2.
3.
4.
D.
Swinging doors.
Sliding doors.
Other doors to the extent indicated.
ANSI A117.1 - Accessible and Usable Buildings and Facilities.
ICC/IBC - International Building Code.
NFPA 80 - Fire Doors and Windows.
NFPA 101 - Life Safety Code.
NFPA 105 - Installation of Smoke Door Assemblies.
State Building Codes, Local Amendments.
Standards: All hardware specified herein shall comply with the following industry standards:
1.
2.
ANSI/BHMA Certified Product Standards - A156 Series
UL10C – Positive Pressure Fire Tests of Door Assemblies
DOOR HARDWARE
087100 - 1
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
1.3
SUBMITTALS
A.
Product Data: Manufacturer's product data sheets including installation details, material
descriptions, dimensions of individual components and profiles, operational descriptions and
finishes.
B.
Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication
and assembly of door hardware, as well as procedures and diagrams. Coordinate the final Door
Hardware Schedule with doors, frames, and related work to ensure proper size, thickness, hand,
function, and finish of door hardware.
1.
Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and
Format for the Hardware Schedule."
2.
Organization: Organize the Door Hardware Schedule into door hardware sets indicating
complete designations of every item required for each door or opening. Organize door
hardware sets in same order as in the Door Hardware Sets at the end of Part 3. Submittals
that do not follow the same format and order as the Door Hardware Sets will be rejected
and subject to resubmission.
3.
Content: Include the following information:
a.
b.
c.
d.
e.
f.
g.
4.
C.
Type, style, function, size, label, hand, and finish of each door hardware item.
Manufacturer of each item.
Fastenings and other pertinent information.
Location of door hardware set, cross-referenced to Drawings, both on floor plans
and in door and frame schedule.
Explanation of abbreviations, symbols, and codes contained in schedule.
Mounting locations for door hardware.
Door and frame sizes and materials.
Submittal Sequence: Submit the final Door Hardware Schedule at earliest possible date,
particularly where approval of the Door Hardware Schedule must precede fabrication of
other work that is critical in the Project construction schedule. Include Product Data,
Samples, Shop Drawings of other work affected by door hardware, and other information
essential to the coordinated review of the Door Hardware Schedule.
Shop Drawings: Details of electrified access control hardware indicating the following:
1.
Wiring Diagrams: Upon receipt of approved schedules, submit detailed system wiring
diagrams for power, signaling, monitoring, communication, and control of the access
control system electrified hardware. Differentiate between manufacturer-installed and
field-installed wiring. Include the following:
a.
b.
DOOR HARDWARE
Elevation diagram of each unique access controlled opening showing location and
interconnection of major system components with respect to their placement in
the respective door openings.
Complete (risers, point-to-point) access control system block wiring diagrams.
087100 - 2
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
2.
Electrical Coordination: Coordinate with related Division 26 Electrical Sections the
voltages and wiring details required at electrically controlled and operated hardware
openings.
D.
Keying Schedule: Prepared under the supervision of the Owner, separate schedule detailing
final keying instructions for locksets and cylinders in writing. Include keying system
explanation, door numbers, key set symbols, hardware set numbers and special instructions.
Owner to approve submitted keying schedule prior to the ordering of permanent cylinders.
E.
Operating and Maintenance Manuals: Provide manufacturers operating and maintenance
manuals for each item comprising the complete door hardware installation in quantity as
required in Division 01, Closeout Submittals. The manual to include the name, address, and
contact information of the manufacturers providing the hardware and their nearest service
representatives. The final copies delivered after completion of the installation test to include "as
built" modifications made during installation, checkout, and acceptance.
F.
Warranties and Maintenance: Special warranties and maintenance agreements specified in this
Section.
1.4
QUALITY ASSURANCE
A.
Manufacturers Qualifications: Engage qualified manufacturers with a minimum 5 years of
documented experience in producing hardware and equipment similar to that indicated for this
Project and that have a proven record of successful in-service performance.
B.
Installer Qualifications: Installers, trained by the primary product manufacturers, with a
minimum 3 years documented experience installing both standard and electrified builders
hardware similar in material, design, and extent to that indicated for this Project and whose
work has resulted in construction with a record of successful in-service performance.
C.
Door Hardware Supplier Qualifications: Experienced commercial door hardware distributors
with a minimum 5 years documented experience supplying both mechanical and
electromechanical hardware installations comparable in material, design, and extent to that
indicated for this Project. Supplier recognized as a factory direct distributor in good standing by
the manufacturers of the primary materials with a warehousing facility in Project's vicinity.
Supplier to have on staff a certified Architectural Hardware Consultant (AHC) available during
the course of the Work to consult with Contractor, Architect, and Owner concerning both
standard and electromechanical door hardware and keying.
1.
D.
Scheduling Responsibility: Preparation of door hardware and keying schedules.
Source Limitations: Obtain each type and variety of Door Hardware specified in this Section
from a single source, qualified supplier unless otherwise indicated.
1.
Electrified modifications or enhancements made to a source manufacturer's product line
by a secondary or third party source will not be accepted.
2.
Provide electromechanical door hardware from the same manufacturer as mechanical
door hardware, unless otherwise indicated.
DOOR HARDWARE
087100 - 3
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
E.
Regulatory Requirements: Comply with NFPA 70, NFPA 80, NFPA 101 and ANSI A117.1
requirements and guidelines as directed in the model building code including, but not limited to,
the following:
1.
NFPA 70 "National Electrical Code", including electrical components, devices, and
accessories listed and labeled as defined in Article 100 by a testing agency acceptable to
authorities having jurisdiction, and marked for intended use.
2.
Where indicated to comply with accessibility requirements, comply with Americans with
Disabilities Act (ADA), "Accessibility Guidelines for Buildings and Facilities
(ADAAG)," ANSI A117.1 as follows:
a.
b.
Handles, Pulls, Latches, Locks, and other Operating Devices: Shape that is easy to
grasp with one hand and does not require tight grasping, tight pinching, or
twisting of the wrist.
Door Closers: Comply with the following maximum opening-force requirements
indicated:
1)
2)
c.
3.
4.
Interior Hinged Doors: 5 lbf applied perpendicular to door.
Fire Doors: Minimum opening force allowable by authorities having
jurisdiction.
Thresholds: Not more than 1/2 inch high. Bevel raised thresholds with a slope of
not more than 1:2.
NFPA 101: Comply with the following for means of egress doors:
a.
Latches, Locks, and Exit Devices: Not more than 15 lbf to release the latch. Locks
shall not require the use of a key, tool, or special knowledge for operation.
b.
Thresholds: Not more than 1/2 inch high.
Fire-Rated Door Assemblies: Provide door hardware for assemblies complying with
NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to
authorities having jurisdiction, for fire ratings indicated, based on testing according to
NFPA 252 (neutral pressure at 40" above sill) or UL-10C.
a.
Test Pressure: Positive pressure labeling.
F.
Each unit to bear third party permanent label demonstrating compliance with the referenced
standards.
G.
Keying Conference: Conduct conference to comply with requirements in Division 01 Section
"Project Meetings." Keying conference to incorporate the following criteria into the final keying
schedule document:
1.
2.
3.
4.
Function of building, purpose of each area and degree of security required.
Plans for existing and future key system expansion.
Requirements for key control storage and software.
Installation of permanent keys, cylinder cores and software.
DOOR HARDWARE
087100 - 4
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
5.
H.
Pre-Submittal Conference: Conduct coordination conference in compliance with requirements
in Division 01 Section "Project Meetings" with attendance by representatives of Supplier(s),
Installer(s), and Contractor(s) to review proper methods and the procedures for receiving,
handling, and installing door hardware.
1.
2.
3.
4.
5.
I.
1.5
Address and requirements for delivery of keys.
Prior to installation of door hardware, conduct a project specific training meeting to
instruct the installing contractors' personnel on the proper installation and adjustment of
their respective products. Product training to be attended by installers of door hardware
(including electromechanical hardware) for aluminum, hollow metal and wood doors.
Training will include the use of installation manuals, hardware schedules, templates and
physical product samples as required.
Inspect and discuss electrical roughing-in, power supply connections, and other
preparatory work performed by other trades.
Review sequence of operation narratives for each unique access controlled opening.
Review and finalize construction schedule and verify availability of materials.
Review the required inspecting, testing, commissioning, and demonstration procedures
At completion of installation, provide written documentation that components were applied to
manufacturer's instructions and recommendations and according to approved schedule.
DELIVERY, STORAGE, AND HANDLING
A.
Inventory door hardware on receipt and provide secure lock-up and shelving for door hardware
delivered to Project site. Do not store electronic access control hardware, software or
accessories at Project site without prior authorization.
B.
Tag each item or package separately with identification related to the final Door Hardware
Schedule, and include basic installation instructions with each item or package.
C.
Deliver, as applicable, permanent keys, cylinders, cores, access control credentials, software
and related accessories directly to Owner via registered mail or overnight package service.
Instructions for delivery to the Owner shall be established at the "Keying Conference".
1.6
COORDINATION
A.
Templates: Obtain and distribute to the parties involved templates for doors, frames, and other
work specified to be factory prepared for installing standard and electrified hardware. Check
Shop Drawings of other work to confirm that adequate provisions are made for locating and
installing hardware to comply with indicated requirements.
B.
Door Hardware and Electrical Connections: Coordinate the layout and installation of scheduled
electrified door hardware and related access control equipment with required connections to
source power junction boxes, low voltage power supplies, detection and monitoring hardware,
and fire and detection alarm systems.
DOOR HARDWARE
087100 - 5
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
C.
1.7
Door and Frame Preparation: Related Division 08 Sections (Steel, Aluminum and Wood) doors
and corresponding frames are to be prepared, reinforced and pre-wired (if applicable) to receive
the installation of the specified electrified, monitoring, signaling and access control system
hardware without additional in-field modifications.
WARRANTY
A.
General Warranty: Reference Division 01, General Requirements. Special warranties specified
in this Article shall not deprive Owner of other rights Owner may have under other provisions
of the Contract Documents and shall be in addition to, and run concurrent with, other warranties
made by Contractor under requirements of the Contract Documents.
B.
Warranty Period: Written warranty, executed by manufacturer(s), agreeing to repair or replace
components of standard and electrified door hardware that fails in materials or workmanship
within specified warranty period after final acceptance by the Owner. Failures include, but are
not limited to, the following:
1.
2.
3.
4.
Structural failures including excessive deflection, cracking, or breakage.
Faulty operation of the hardware.
Deterioration of metals, metal finishes, and other materials beyond normal weathering.
Electrical component defects and failures within the systems operation.
C.
Standard Warranty Period: One year from date of Substantial Completion, unless otherwise
indicated.
D.
Special Warranty Periods:
1.
Seven years for heavy duty cylindrical (bored) locks and latches.
2.
Five years for exit hardware.
3.
Twenty five years for manual surface door closers.
1.8
MAINTENANCE SERVICE
A.
Maintenance Tools and Instructions: Furnish a complete set of specialized tools and
maintenance instructions as needed for Owner's continued adjustment, maintenance, and
removal and replacement of door hardware.
PART 2 - PRODUCTS
2.1
SCHEDULED DOOR HARDWARE
A.
General: Provide door hardware for each door to comply with requirements in Door Hardware
Sets and each referenced section that products are to be supplied under.
1.
Designations: Requirements for quantity, item, size, finish or color, grade, function, and
other distinctive qualities of each type of door hardware are indicated in the Door
DOOR HARDWARE
087100 - 6
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
Hardware Sets at the end of Part 3. Products are identified by using door hardware
designations, as follows:
a.
B.
2.2
Named Manufacturer's Products: Product designation and manufacturer are listed
for each door hardware type required for the purpose of establishing
requirements. Manufacturers' names are abbreviated in the Door Hardware
Schedule.
Substitutions: Requests for substitution and product approval for inclusive mechanical and
electromechanical door hardware in compliance with the specifications must be submitted in
writing and in accordance with the procedures and time frames outlined in Division 01,
Substitution Procedures. Approval of requests is at the discretion of the architect, owner, and
their designated consultants.
HANGING DEVICES
A.
Hinges: ANSI/BHMA A156.1 certified butt hinges with number of hinge knuckles as specified
in the Door Hardware Sets.
1.
Quantity: Provide the following hinge quantity, unless otherwise indicated:
a.
b.
c.
d.
2.
Hinge Size: Provide the following, unless otherwise indicated, with hinge widths sized
for door thickness and clearances required:
a.
b.
3.
Widths up to 3’0”: 4-1/2” standard or heavy weight as specified.
Sizes from 3’1” to 4’0”: 5” standard or heavy weight as specified.
Hinge Weight and Base Material: Unless otherwise indicated, provide the following:
a.
b.
4.
Two Hinges: For doors with heights up to 60 inches.
Three Hinges: For doors with heights 61 to 90 inches.
Four Hinges: For doors with heights 91 to 120 inches.
For doors with heights more than 120 inches, provide 4 hinges, plus 1 hinge for
every 30 inches of door height greater than 120 inches.
Exterior Doors: Heavy weight, non-ferrous, ball bearing or oil impregnated bearing
hinges unless Hardware Sets indicate standard weight.
Interior Doors: Standard weight, steel, ball bearing or oil impregnated bearing
hinges unless Hardware Sets indicate heavy weight.
Hinge Options: Comply with the following where indicated in the Hardware Sets or on
Drawings:
a.
Non-removable Pins: Provide set screw in hinge barrel that, when tightened into a
groove in hinge pin, prevents removal of pin while door is closed; for the
following applications:
1)
2)
DOOR HARDWARE
Out-swinging exterior doors.
Out-swinging access controlled doors.
087100 - 7
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
3)
5.
Acceptable Manufacturers:
a.
b.
c.
d.
B.
Hager Companies (HA).
McKinney Products (MK).
Bommer
Stanley
Continuous Geared Hinges: ANSI/BHMA A156.26 certified continuous geared hinge with
minimum 0.120-inch thick extruded 6060 T6 aluminum alloy hinge leaves and a minimum
overall width of 4 inches. Hinges are non-handed, reversible and fabricated to template screw
locations. Provide concealed flush mount (with or without inset), full surface, or half surface, in
standard and heavy duty models, as specified in the Hardware Sets. Concealed continuous
hinges to be U.L. listed for use on up to and including 90 minute rated door installations and
U.L. listed for windstorm components where applicable. Factory cut hinges for door size and
provide with removable service power transfer panel where indicated at electrified openings.
1.
Acceptable Manufacturers:
a.
b.
2.3
Out-swinging lockable doors.
McKinney Products (MK).
Pemko Manufacturing (PE).
DOOR OPERATING TRIM
A.
Door Push Plates and Pulls: ANS/BHMA A156.6 certified door pushes and pulls of type and
design specified below or in the Hardware Sets. Coordinate and provide proper width and
height as required where conflicting hardware dictates.
1.
2.
3.
4.
Push/Pull Plates: Minimum .050 inch thick, size as indicated in hardware sets, with
square corners and beveled edges, secured with exposed screws unless otherwise
indicated.
Door Pull and Push Bar Design: Size, shape, and material as indicated in the hardware
sets. Minimum clearance of 2 1/2-inches from face of door unless otherwise indicated.
Offset Pull Design: Size, shape, and material as indicated in the hardware sets. Minimum
clearance of 2 1/2-inches from face of door and offset of 90 degrees unless otherwise
indicated.
Fasteners: Provide manufacturer's designated fastener type as indicated in Hardware Sets.
a.
Acceptable Manufacturers:
1)
2)
2.4
Rockwood Manufacturing (RO).
Trimco (TC).
CYLINDERS AND KEYING
A.
General: Cylinder manufacturer to have minimum (10) years experience designing secured
master key systems and have on record a published security keying system policy.
DOOR HARDWARE
087100 - 8
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
B.
Source Limitations: Obtain each type of keyed cylinder and keys from the same source
manufacturer as locksets and exit devices, unless otherwise indicated.
C.
Cylinders: Original manufacturer cylinders complying with the following:
1.
2.
3.
4.
5.
D.
Keying System: Each type of lock and cylinders to be factory keyed. Conduct specified "Keying
Conference" to define and document keying system instructions and requirements. Furnish
factory cut, nickel-silver large bow permanently inscribed with a visual key control number as
directed by Owner. Incorporate decisions made in keying conference, and as follows:
1.
2.
3.
4.
5.
E.
Mortise Type: Threaded cylinders with rings and straight- or clover-type cam.
Rim Type: Cylinders with back plate, flat-type vertical or horizontal tailpiece, and raised
trim ring.
Bored-Lock Type: Cylinders with tailpieces to suit locks.
Mortise and rim cylinder collars to be solid and recessed to allow the cylinder face to be
flush and be free spinning with matching finishes.
Keyway: Manufacturer’s Standard.
Master Key System: Cylinders are operated by a change key and a master key.
Grand Master Key System: Cylinders are operated by a change key, a master key, and a
grand master key.
Great-Grand Master Key System: Cylinders are operated by a change key, a master key, a
grand master key, and a great-grand master key.
Existing System: Master key or grand master key locks to Owner's existing system.
Keyed Alike: Key all cylinders to same change key.
Key Quantity: Provide the following minimum number of keys:
1.
2.
3.
4.
5.
6.
7.
Top Master Key: One (1)
Change Keys per Cylinder: Two (2)
Master Keys (per Master Key Group): Two (2)
Grand Master Keys (per Grand Master Key Group): Two (2)
Construction Keys (where required): Ten (10)
Construction Control Keys (where required): Two (2)
Permanent Control Keys (where required): Two (2)
F.
Construction Keying: Provide construction master keyed cylinders or temporary keyed
construction cores where specified. Provide construction master keys in quantity as required by
project Contractor. Replace construction cores with permanent cores. Furnish permanent cores
for installation as directed under specified "Keying Conference".
G.
Key Registration List: Provide keying transcript list to Owner's representative in the proper
format for importing into key control software.
H.
Key Control Cabinet: Provide a key control system including envelopes, labels, and tags with
self-locking key clips, receipt forms, 3-way visible card index, temporary markers, permanent
markers, and standard metal cabinet. Key control cabinet shall have expansion capacity of
150% of the number of locks required for the project.
1.
Acceptable Manufacturers:
DOOR HARDWARE
087100 - 9
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
a.
b.
2.5
Lund Equipment (LU).
Telkee (TK).
MECHANICAL LOCKS AND LATCHING DEVICES
A.
Cylindrical Locksets, Grade 1 (Heavy Duty): ANSI/BHMA A156.2, Series 4000, Grade 1
certified cylindrical (bored) locksets furnished in the functions as specified in the Hardware
Sets. Lock chassis fabricated of heavy gauge steel, zinc dichromate plated, with through-bolted
application. Furnish with solid cast levers, standard 2 3/4” backset, and 1/2" (3/4" at rated
paired openings) throw brass or stainless steel latchbolt. Locks are to be non-handed and fully
field reversible.
1.
Acceptable Manufacturers:
a.
B.
2.6
Schlage with ASSA cylinders V654611 or V65673 as required
Lock Trim Design: As specified in Hardware Sets.
LOCK AND LATCH STRIKES
A.
Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, with
curved lip extended to protect frame, finished to match door hardware set, unless otherwise
indicated, and as follows:
1.
2.
3.
B.
Standards: Comply with the following:
1.
2.
3.
4.
2.7
Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by
manufacturer.
Extra-Long-Lip Strikes: For locks used on frames with applied wood casing trim.
Aluminum-Frame Strike Box: Provide manufacturer's special strike box fabricated for
aluminum framing.
Strikes for Mortise Locks and Latches: BHMA A156.13.
Strikes for Bored Locks and Latches: BHMA A156.2.
Strikes for Auxiliary Deadlocks: BHMA A156.5.
Dustproof Strikes: BHMA A156.16.
CONVENTIONAL EXIT DEVICES
A.
General Requirements: All exit devices specified herein shall meet or exceed the following
criteria:
1.
At doors not requiring a fire rating, provide devices complying with NFPA 101 and listed
and labeled for "Panic Hardware" according to UL305. Provide proper fasteners as
required by manufacturer including sex nuts and bolts at openings specified in the
Hardware Sets.
DOOR HARDWARE
087100 - 10
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
2.
Where exit devices are required on fire rated doors, provide devices complying with
NFPA 80 and with UL labeling indicating "Fire Exit Hardware". Provide devices with the
proper fasteners for installation as tested and listed by UL. Consult manufacturer’s
catalog and template book for specific requirements.
a.
3.
Except on fire rated doors, provide exit devices with hex key dogging device to hold the
pushbar and latch in a retracted position. Provide optional keyed cylinder dogging on
devices where specified in Hardware Sets.
4.
Flush End Caps: Provide heavy weight impact resistant flush end caps made of
architectural metal in the same finish as the devices as in the Hardware Sets. Plastic end
caps will not be acceptable.
5.
Lever Operating Trim: Where exit devices require lever trim, furnish manufacturer's
heavy duty trim with cold forged escutcheons, beveled edges, and four threaded studs for
thru-bolts.
a.
b.
B.
Fire Exit Removable Mullions: Provide keyed removable mullions for use with fire
exit devices complying with NFPA 80 that are listed and labeled by a testing and
inspecting agency acceptable to authorities having jurisdiction, for fire and panic
protection, based on testing according to UL 305 and NFPA 252. Mullions to be
used only with exit devices for which they have been tested.
Lock Trim Design: As indicated in Hardware Sets, provide finishes and designs to
match that of the specified locksets. Provided free-wheeling type trim where
indicated.
Where function of exit device requires a cylinder, provide an interchangeable core
type keyed cylinder (Rim or Mortise) as specified in Hardware Sets.
6.
Vertical Rod Exit Devices: Provide and install interior surface and concealed vertical rod
exit devices as Less Bottom Rod (LBR) unless otherwise indicated.
7.
Narrow Stile Applications: At doors constructed with narrow stiles, or as specified in
Hardware Sets, provide devices designed for maximum 2” wide stiles.
8.
Dummy Push Bar: Nonfunctioning push bar matching functional push bar.
9.
Rail Sizing: Provide exit device rails factory sized for proper door width application.
10.
Through Bolt Installation: For exit devices and trim as indicated in Door Hardware Sets.
Conventional Push Rail Exit Devices (Heavy Duty): ANSI/BHMA A156.3, Grade 1 certified
panic and fire exit hardware devices furnished in the functions specified in the Hardware Sets.
Mounting rails to be formed from smooth stainless steel, brass or bronze architectural materials
no less than 0.072" thick, with push rails a minimum of 0.062" thickness. Painted or aluminum
metal rails are not acceptable. Exit device latch to be investment cast stainless steel, pullman
type, with deadlock feature.
1.
Acceptable Manufacturers:
DOOR HARDWARE
087100 - 11
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
a.
2.8
Precision 2000 Series: 2100 x 4900
DOOR CLOSERS
A.
All door closers specified herein shall meet or exceed the following criteria:
1.
General: Door closers to be from one manufacturer, matching in design and style, with
the same type door preparations and templates regardless of application or spring size.
Closers to be non-handed with full sized covers including installation and adjusting
information on inside of cover.
2.
Standards: Closers to comply with UL-10C and UBC 7-2 for Positive Pressure Fire Test
and be U.L. listed for use of fire rated doors.
3.
Cycle Testing: Provide closers which have surpassed 10 million cycles in a test
witnessed and verified by UL.
4.
Size of Units: Comply with manufacturer's written recommendations for sizing of door
closers depending on size of door, exposure to weather, and anticipated frequency of use.
Where closers are indicated for doors required to be accessible to the physically
handicapped, provide units complying with ANSI ICC/A117.1.
5.
Closer Arms: Provide heavy duty, forged steel closer arms unless otherwise indicated in
Hardware Sets.
a.
b.
c.
d.
6.
B.
Where closers are indicated to have mechanical dead-stop, provide heavy duty
arms and brackets with an integral positive stop.
Where closers are indicated to have mechanical hold open, provide heavy duty
units with an additional built-in mechanical holder assembly designed to hold
open against normal wind and traffic conditions. Holder to be manually
selectable to on-off position.
Where closers are indicated to have a cushion-type stop, provide heavy duty arms
and brackets with spring stop mechanism to cushion door when opened to
maximum degree.
Closers shall not be installed on exterior or corridor side of doors; where possible
install closers on door for optimum aesthetics. Provide drop plates or other
accessories as required for proper mounting.
Closer Accessories: Provide door closer accessories including custom templates, special
mounting brackets, spacers and drop plates, and through-bolt or security type fasteners as
specified in the door Hardware Sets.
Door Closers, Surface Mounted (Heavy Duty): ANSI/BHMA A156.4, Grade 1 surface
mounted, heavy duty door closers with complete spring power adjustment, sizes 1 thru 6; and
fully operational adjustable according to door size, frequency of use, and opening force. Closers
to be rack and pinion type, one piece cast iron or aluminum alloy body construction, with
adjustable backcheck and separate non-critical valves for closing sweep and latch speed control.
Provide non-handed units standard.
DOOR HARDWARE
087100 - 12
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
1.
Acceptable Manufacturers:
a.
C.
Door Closers, Surface Mounted (Unitrol): ANSI/BHMA 156.4, Grade 1 certified surface
mounted, heavy duty door closers with complete spring power adjustment, sizes 1 thru 6; and
fully operational adjustable according to door size, frequency of use, and opening force. Unitrol
arms to have door stop mechanism to absorb dead stop shock on arm and top hinge. Hold-open
arms to have a spring loaded mechanism in addition to shock absorber assembly. Arms to be
provided with rigid steel main arm and secondary arm lengths proportional to the door width.
1.
Acceptable Manufacturers:
a.
2.9
Norton Door Controls (NO) - 7500 Series.
Norton Door Controls (NO) - Unitrol 7500 Series.
ARCHITECTURAL TRIM
A.
Door Protective Trim
1.
General: Door protective trim units to be of type and design as specified below or in the
Hardware Sets.
2.
Size: Fabricate protection plates (kick, armor, or mop) not more than 2" less than door
width (LDW) on stop side of single doors and 1” LDW on stop side of pairs of doors, and
not more than 1" less than door width on pull side. Coordinate and provide proper width
and height as required where conflicting hardware dictates. Height to be as specified in
the Hardware Sets.
3.
Metal Protection Plates: ANSI/BHMA A156.6 certified metal protection plates (kick,
armor, or mop), fabricated from the following.
a.
Stainless Steel: 050-inch thick, with countersunk screw holes (CSK).
4.
Fasteners: Provide manufacturer's designated fastener type as specified in the Hardware
Sets.
5.
Metal Door Edging: Door protection edging fabricated from a minimum .050-inch thick
metal sheet, formed into an angle or "U" cap shapes, surface or mortised mounted onto
edge of door. Provide appropriate leg overlap to account for protection plates as required.
Height to be as specified in the Hardware Sets.
6.
Acceptable Manufacturers:
a.
b.
DOOR HARDWARE
Rockwood Manufacturing (RO).
Trimco (TC)
087100 - 13
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
2.10
DOOR STOPS AND HOLDERS
A.
General: Door stops and holders to be of type and design as specified below or in the Hardware
Sets.
B.
Door Stops and Bumpers: ANSI/BHMA A156.16, Grade 1 certified door stops and wall
bumpers. Provide wall bumpers, either convex or concave types with anchorage as indicated,
unless floor or other types of door stops are specified in Hardware Sets. Do not mount floor
stops where they will impede traffic. Where floor or wall bumpers are not appropriate, provide
overhead type stops and holders.
1.
Acceptable Manufacturers:
a.
b.
2.11
Rockwood Manufacturing (RO).
Trimco (TC)
ARCHITECTURAL SEALS
A.
General: Thresholds, weatherstripping, and gasket seals to be of type and design as specified
below or in the Hardware Sets. Provide continuous weatherstrip gasketing on exterior doors and
provide smoke, light, or sound gasketing on interior doors where indicated. At exterior
applications provide non-corrosive fasteners and elsewhere where indicated.
B.
Smoke Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and labeled by
a testing and inspecting agency acceptable to authorities having jurisdiction, for smoke control
ratings indicated, based on testing according to UL 1784.
1.
C.
Provide smoke labeled perimeter gasketing at all smoke labeled openings.
Fire Labeled Gasketing: Assemblies complying with NFPA 80 that are listed and labeled by a
testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings
indicated, based on testing according to UL-10C.
1.
Provide intumescent seals as indicated to meet UL10C Standard for Positive Pressure
Fire Tests of Door Assemblies, and UBC 7-2, Fire Tests of Door Assemblies.
D.
Sound-Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting
agency, for sound ratings indicated, based on testing according to ASTM E 1408.
E.
Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily
replaceable and readily available from stocks maintained by manufacturer.
F.
Acceptable Manufacturers:
1.
2.
3.
4.
Pemko Manufacturing (PE).
NGP (NP)
Reese (RE)
Zero (ZE)
DOOR HARDWARE
087100 - 14
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
2.12
A.
2.13
FABRICATION
Fasteners: Provide door hardware manufactured to comply with published templates generally
prepared for machine, wood, and sheet metal screws. Provide screws according to
manufacturers recognized installation standards for application intended.
FINISHES
A.
Standard: Designations used in the Hardware Sets and elsewhere indicate hardware finishes
complying with ANSI/BHMA A156.18, including coordination with traditional U.S. finishes
indicated by certain manufacturers for their products.
B.
Provide quality of finish, including thickness of plating or coating (if any), composition,
hardness, and other qualities complying with manufacturer's standards, but in no case less than
specified by referenced standards for the applicable units of hardware.
C.
Protect mechanical finishes on exposed surfaces from damage by applying a strippable,
temporary protective covering before shipping.
PART 3 - EXECUTION
3.1
EXAMINATION
A.
Examine scheduled openings, with Installer present, for compliance with requirements for
installation tolerances, labeled fire door assembly construction, wall and floor construction, and
other conditions affecting performance.
B.
Notify architect of any discrepancies or conflicts between the door schedule, door types,
drawings and scheduled hardware. Proceed only after such discrepancies or conflicts have been
resolved in writing.
3.2
PREPARATION
A.
Hollow Metal Doors and Frames: Comply with ANSI/DHI A115 series.
B.
Wood Doors: Comply with ANSI/DHI A115-W series.
3.3
INSTALLATION
A.
Install each item of mechanical and electromechanical hardware and access control equipment
to comply with manufacturer's written instructions and according to specifications.
1.
Installers are to be trained and certified by the manufacturer on the proper installation and
adjustment of fire, life safety, and security products including: hanging devices; locking
devices; closing devices; and seals.
DOOR HARDWARE
087100 - 15
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
B.
Mounting Heights: Mount door hardware units at heights indicated in following applicable
publications, unless specifically indicated or required to comply with governing regulations:
1.
2.
3.
4.
Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural
Hardware for Standard Steel Doors and Frames."
Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for
Wood Flush Doors."
Where indicated to comply with accessibility requirements, comply with ANSI A117.1
"Accessibility Guidelines for Buildings and Facilities."
Provide blocking in drywall partitions where wall stops or other wall mounted hardware
is located.
C.
Retrofitting: Install door hardware to comply with manufacturer's published templates and
written instructions. Where cutting and fitting are required to install door hardware onto or into
surfaces that are later to be painted or finished in another way, coordinate removal, storage, and
reinstallation of surface protective trim units with finishing work specified in Division 9
Sections. Do not install surface-mounted items until finishes have been completed on substrates
involved.
D.
Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying
with requirements specified in Division 7 Section "Joint Sealants."
E.
Storage: Provide a secure lock up for hardware delivered to the project but not yet installed.
Control the handling and installation of hardware items so that the completion of the work will
not be delayed by hardware losses before and after installation.
3.4
FIELD QUALITY CONTROL
A.
3.5
Field Inspection: Supplier will perform a final inspection of installed door hardware and state in
report whether work complies with or deviates from requirements, including whether door
hardware is properly installed, operating and adjusted.
ADJUSTING
A.
3.6
Initial Adjustment: Adjust and check each operating item of door hardware and each door to
ensure proper operation or function of every unit. Replace units that cannot be adjusted to
operate as intended. Adjust door control devices to compensate for final operation of heating
and ventilating equipment and to comply with referenced accessibility requirements.
CLEANING AND PROTECTION
A.
Protect all hardware stored on construction site in a covered and dry place. Protect exposed
hardware installed on doors during the construction phase. Install any and all hardware at the
latest possible time frame.
B.
Clean adjacent surfaces soiled by door hardware installation.
DOOR HARDWARE
087100 - 16
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
C.
3.7
Clean operating items as necessary to restore proper finish. and provide final protection and
maintain conditions that ensure door hardware is without damage or deterioration at time of
owner occupancy.
DEMONSTRATION
A.
3.8
Instruct Owner's maintenance personnel to adjust, operate, and maintain mechanical and
electromechanical door hardware.
DOOR HARDWARE SCHEDULE
A.
The hardware sets represent the design intent and direction of the owner and architect. They are
a guideline only and should not be considered a detailed hardware schedule. Discrepancies,
conflicting hardware and missing items should be brought to the attention of the architect with
corrections made prior to the bidding process. Omitted items not included in a hardware set
should be scheduled with the appropriate additional hardware required for proper application
and functionality.
B.
Manufacturer’s Abbreviations:
1. MK - McKinney
2. RO - Rockwood
3. SC - Schlage
4. PR - Stanley Security Solutions Inc (PR)
5. AA - ASSA High Security Locks
6. RF - Rixson
7. NO - Norton
8. PE - Pemko
Hardware Schedule
Set: 1.0
Doors: 100
4 Hinge
1 Rim Exit Device
1 Cylinder
1 Door Closer
1 Threshold
DOOR HARDWARE
TA2714 NRP 4-1/2" x 4-1/2"
2108 4908A
ASSA Cylinder supplied and
installed by owner
UNI7500
171A x D.W.
US26D
630
MK 087100
PR 087100
AA
689
NO 087100
PE 087100
087100 - 17
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
1 Gasketing
1 Sweep
303AS x D.S.
315CN x D.W.
PE
PE
087100
087100
US26D
630
689
MK
PR
NO
PE
PE
PE
087100
087100
087100
087100
087100
087100
US26D
US26D
US26D
626
MK
RO
RO
SC
087100
087100
087100
087100
Set: 2.0
Doors: 103
3
1
1
1
1
1
Hinge
Rim Exit Device
Door Closer
Threshold
Gasketing
Sweep
TA2714 NRP 4-1/2" x 4-1/2"
2101
UNI7500
171A x D.W.
303AS x D.S.
315CN x D.W.
Set: 3.0
Doors: 104
6
2
1
1
Hinge
Flush Bolt
Dust Proof Strike
Cylindrical Lock (entry)
1 Cylinder
2 Surface Overhead Stop
2 Armor Plate
2 Silencer
TA2714 4-1/2" x 4-1/2"
555
570
ND53LD RHO
ASSA Cylinder supplied and
installed by owner
10-X36
K1050 10" x 1" LDW
608
AA
689
US32D
RF 087100
RO 087100
RO 087100
US26D
626
689
US32D
US32D
MK
SC
NO
RO
RO
RO
US26D
MK 087100
Set: 4.0
Doors: 102
3
1
1
1
1
3
Hinge
Cylindrical Lock (privacy)
Door Closer
Kick Plate
Wall Stop
Silencer
TA2714 4-1/2" x 4-1/2"
ND40S RHO
7500
K1050 10" x 2" LDW
409
608
087100
087100
087100
087100
087100
087100
Set: 5.0
Doors: 101
3 Hinge
DOOR HARDWARE
TA2714 4-1/2" x 4-1/2"
087100 - 18
CNM-BLACK BOX RENOVATION
ALBUQUERQUE, NM
1
1
1
1
3
Cylindrical Lock (passage)
Door Closer
Kick Plate
Wall Stop
Silencer
ND10S RHO
7500
K1050 10" x 2" LDW
406
608
626
689
US32D
US32D
SC
NO
RO
RO
RO
087100
087100
087100
087100
087100
.
END OF SECTION 087100
DOOR HARDWARE
087100 - 19
CNM – Black Box
2/10
SECTION 115213 - PROJECTION SCREENS
PART 1 - GENERAL
1.1
SUMMARY
A. Section includes: Manually operated projection screen including case.
1.2
RELATED SECTIONS
A.
B.
1.3
Instruction to Bidders
Section 016000 – Product Requirements.
SUBMITTALS
A. Provide in accordance with Section 013300 - Shop Drawings, Product Data, and Samples:
1.
2.
3.
Product data on screen and case.
Shop drawings showing dimensions and method of attachment.
Samples of finishes for selection by Architect.
PART 2 - PRODUCTS
2.1
ACCEPTABLE MANUFACTURERS
A. Draper Screen Company, Inc., Spiceland, Indiana; 317-987-7999.
2.2
B.
Claridge Products and Equipment, Inc., Harrison, Arkansas; 501-743-2200.
C.
Manufacturers of equivalent products submitted and approved in accordance with Section
016300 - Product Requirements.
PROJECTION SCREEN
A. Type: Manually operated, spring roller screen with finished case for exposed wall
mounting; Luma 2 Series as manufactured by Draper Screen Company, Inc.
B.
Screen:
1.
2.
C.
Surface: Woven fiberglass supporting base with matt white vinyl surface. Washable,
flame resistant, and mildew resistant.
Size of viewing surface: 70 inches by 70 inches.
Case: Constructed of 22 gage steel with flat back design.
D. End caps: 12 gage steel with integral roller brackets. Pre-drilled to serve as either ceiling or
wall mounting brackets.
PROJECTION SCREENS
115213-1
CNM – Black Box
2/10
E. Mounting Brackets: 6” wall extension brackets, heavy gauge angle steel with baked enamel
finish, color to match screen case.
F.
Fabric securely attached to roller with clips at 3 inches minimum.
G. Bottom of fabric hemmed to receive tubular steel slat. Provide vinyl ends for slat.
H. Finish: Baked enamel. Color selected by Architect from manufacturer's standard range.
PART 3 - EXECUTION
3.1
PREPARATION
A. Ensure that blocking has been provided in metal stud and gypsum bard walls for anchorage
of project screens.
3.2
INSTALLATION
A. Install screen at locations shown on Drawings and in accordance with manufacturer's
instructions.
B.
Position height of case above floor as indicated on Drawings or as indicated by Architect.
C.
Provide support brackets for wall mounting. Provide pull cord with length to reach 48”
A.F.F. when screen in closed position.
D. After installation, operate screen a minimum of ten times. Adjust as required for smooth
operation.
END OF SECTION - 115213
PROJECTION SCREENS
115213-2
CADD DATABASE LICENSE, INDEMNITY AND WARRANTY AGREEMENT
PROJECT:
_____________________________________________
LICENSE
1.1
LICENSE GRANT: Contractor is granted use of the CADD Database for the indicated project for the
specific purpose of preparing submittal documents for this Project. No other use of the CADD Database is
granted. Title to the CADD Database is not transferred to the Contractor.
1.2
COPYING RESTRICTIONS: Contractor may copy the CADD Database in whole or in part, but only
for backup and archival purposes and for use by the Contractor's Subcontractors. Contractor agrees to ensure that
any entities who receive a copy of the CADD Database from Contractor, either in whole or in part, comply with
the terms and conditions of this agreement.
1.3
TRANSFER OF CADD DATABASE: Contractor safeguard the CADD Database from falling into the
hands of any parties other than those indicated in Section 1.2 of this Agreement.
WARRANTY
2.1
DATABASE WARRANTY: Bridgers & Paxton (B&P) disclaims all warranties with regard to the
database, including all implied warranties of fitness. B&P disclaims all obligations or liabilities for damages,
including but not limited to, consequential damages rising out of or in connection with the use or performance of
the database.
INDEMNITY
3.1
INDEMNITY: Contractor recognizes that the use of the database will be at the Contractor’s sole risk
and without any liability, risk or legal exposure by B&P. It shall be the Contractor’s sole responsibility to verify
dimensions in the drawings prior to using these database files for his intended purpose. Furthermore, the
Contractor shall, to the fullest extent permitted by law, defend, indemnify and hold harmless Bridgers & Paxton
from all claims, damages, losses, and attorney fees arising out of or resulting from the use of the database.
ACKNOWLEDGMENT
4.1
ACKNOWLEDGMENT: The Contractor acknowledges that (s)he has read this Agreement,
understands it, and agrees to be bound by its terms and conditions.
CONTRACTOR'S REPRESENTATIVE
Signature:
Company Name:
Name:
Address 1:
Title:
Address 2:
Date:
Theater Lighting Selection as listed or prior approved equal.
PACKAGE 1 SPECIFICATIONS
THEATRICAL LIGHTING SYSTEM
LIGHTING CONTROL
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER
ETC
ETC
ELO
LITTLIGHT
lon 1000 (1024 Outputs)
FADW 2x10
1928L (Dark Gray) (Verify Comaptability
18XR-LED
ETC Ion 1000 Console
Fader Wing 2x10
ELO 19" Touchscreen OK Gray
18" LED Gooseneck Task light for lon Console
QTY
1
1
2
1
LIGHTING INSTRUMENTS
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER
STRAND
PLZS1-2444-03 (GR)
18
PLFR1-03 (GR)
18
20BDMF
PLCYC1-03 (GR)
18
STRAND
STRAND
STRAND
PLPROFILE1 LED
WITH PL INTERCONNECT BOX, C-CLAMP & SAFETY CABLE
INSTALLED
PLFRESNEL 1 LED
WITH PL INTERCONNECT BOX, C-CLAMP & SAFETY CABLE
INSTALLED
ACCLAIM FRESNEL BARN DOOR
PLCYC LED
WITH C-CLAMP & SAFETY CABLE INSTALLED
DATA/POWER CABLE
MANUFACTURER DESCRIPTION
LEX
LEX
LEX
LEX
LEX
LEX
LEX
LEX
LEX
DMX CABLE SHIELDED 5-PIN (5')
DMX CABLE SHIELDED 5-PIN 10')
DMX CABLE SHIELDED 5-PIN (15')
DMX CABLE SHIELDED 5-PIN (25')
DMX CABLE SHIELDED 5-PIN (50')
DMX TERMINATOR 5-PIN
15 Amp, EDISON Extension with Extra Hard Usage cord (1 0')
15 Amp, EDISON Extension with Extra Hard Usage cord (15')
15 Amp, EDISON Extension with Extra Hard Usage cord (25')
MODEL OR CATALOGUE NUMBER
DMX-5P-5
DMX-5P-10
DMX-5P-15
DMX-5P-25
DMX-5P-50
DMX-5P-TERM
PE?000-10-515
PE?000-15-515
PE?000-25-515
QTY
6
QTY
10
22
15
6
2
2
4
6
4
PACKAGE 1 SPECIFICATIONS
PE?OOJ-5-PCN
PE700J-1 0-PCN
PE?OOJ-15-PCN
D4DMX004MD5
LEX
LEX
LEX
NSI/LEVITON
20 Amp, 12/3 SJ E PowerCON
20 Amp, 12/3 SJ E PowerCON
20 Amp, 12/3 SJ E PowerCON
4 CHANNEL PORTABLE DMX
ACCESSORIES
MANUFACTURER
DESCRIPTION
MODEL OR CATALOGUE NUMBER
MISC
CITY THEATRICAL
ROSCO
CITY THEATRICAL
#4 BLACK TIE LINE (600' ROLL)
M SIZE SANDWICH PATTERN HOLDER FOR PL 1PROFILE
M SIZE STANDARD STEEL GOBO
DROP IN IRIS FOR PL 1 PROFILE
#4 BLACK TIE LINE (600' ROLL)
extension (5')
extension (10')
extension (15')
DIMMER PACK
MSIZE
TO BE SPECIFIED BY CNM
N/A
10
20
15
2
QTY
1
10
20
2
1.01
LIGHTING SYSTEM AND ACCESSORIES
A.
General
1.
The lighting control desk shall be a microprocessor-based system
specifically designed to provide complete control of stage, studio,
and entertainment lighting systems. The device shall be the Ion
as manufactured by Electronic Theatre Controls, Inc., or equal.
2.
The system shall provide control of 1024 outputs, 1536 outputs,
2048 outputs, 2560 outputs or 3072 outputs on a maximum of
10,000 control channels, patched across any number up to
99,999. Output shall be distributed over a 10/100MB Ethernet
network using Net3/ACN, ETCNet 2, Avab and/or ArtNet
protocols. The user shall be able to control the application of
protocols at an individual address level.
3.
The system shall support full bi-directional RDM communication
with compatible devices via Net3 DMX/RDM Gateways. RDM
communication shall adhere to ANSII standard E1.20-2006
Entertainment Technology – RDM – Remote Device Management
Over DMX512 Networks. Supported RDM features shall include:
a.
Discovery and identification of RDM capable devices
b.
Setting of start addresses, operating modes and additional
settings as exposed by connected devices and controllable
via RDM
c.
Viewing of Sensor data as provided by connected devices.
d.
Error reported as provided by connected devices.
4.
A maximum of 10,000 cues, 999 cue lists, 1000 groups, 1000
presets, 4 x 1000 palettes (Intensity, Focus, Color and Beam),
1000 effects, 1000 macros and 100 curves may be contained in
non-volatile electronic memory and stored to an onboard hard
drive or to any USB storage device.
5.
Recorded cue lists may be played back simultaneously on a
maximum of 200 faders. Channels shall respond to cue
information by last instruction with discrete rate control provided
for all cues. The desk may be placed in Tracking or Cue Only
mode by the user as a system default and overridden on
individual record actions as required. HTP/LTP intensity flags,
assert, proportional, intensity master or manual master fade
control and independent status may be placed on each cue list. It
shall also be possible for a cue list to contribute to playback
background states or to withhold such contributions.
6.
A Master Playback fader pair and dedicated Grand
Master/Blackout shall be provided.
7.
Up to six USB fader wings may be connected to the desk, for a
maximum of 300 submasters and/or 200 playback faders. USB
fader wings may be rigidly connected to the main desk to provide
a "single connected unit" with no external cables required. The
wings also may be connected via USB cables and used "on the
side." Virtual fader control is also provided.
8.
A high-resolution level wheel shall be provided to control intensity
for selected channels and scrolling within selected displays. Four
page-able high-resolution encoders shall be provided for control
of non-intensity parameters. Non-intensity encoders may be
operated in coarse or fine mode, with the amount of movement
per revolution of the encoders in coarse mode definable by the
user. Non-intensity parameters shall be controllable via the
encoders or keypad controls, without need of an external pointing
device. A high-resolution rate wheel shall also be provided.
9.
Rotary encoders for non-intensity parameters shall be labeled by
means of an integral LCD display mounted below the encoders on
the main desk. The display shall show the currently loaded
functions of the encoders based on the current selections.
Systems using encoders with no LCD labeling shall not be
acceptable.
10.
Control and programming features for automated fixtures shall
also include: a standard library of fixture profiles, the ability to
copy and edit existing profiles and create new profiles, patch
displays including channel and output addressing, 16-bit fade
resolution, color characterization allowing color mixing and storing
in Hue and Saturation or native device values.
11.
System information, including playback status, live output and
blind values for all record targets shall be displayed on a
maximum of two external high resolution DVI monitors, or one
SVGA monitor, which may also be touch-screen(s). Only one
display shall be required for operation.
12.
A context sensitive on-line Help feature shall explain and provide
an example of the operation of each feature of the system.
13.
A fully integrated Virtual Media Server feature shall allow the user
to map images and animations to a rig array. 40 such maps may
be created, each with 12 layers. Systems that rely on external
hardware or software for this functionality shall not be acceptable.
14.
User-definable, interactive displays may be created. These
displays, which can be used in live and blind operating modes,
allow graphical layout of channels, desk buttons and
programming tools. Standard symbols are provided, and the
user may import his own symbols or graphics. Each symbol may
be individually defined with data feedback characteristics. Noninteractive status information, such as a mirror of other user’s
command lines, may also be included in the display. A graphical
browser is provided for fast selection of these views. Multiple
zoom factors and placements may be stored and recalled for
each display.
15.
An optional, full-functioning, detachable alphanumeric keyboard
shall be supported. The keyboard shall allow labeling of channels,
cues, presets, groups, palettes, effects, macros, curves and the
show. An integral electronic keyboard shall be provided.
16.
A row of softkeys shall be provided, which change function based
on the selection and context of the desk. These softkeys shall be
labeled via an adjacent LCD display that shows their current
functions at all times. Systems using softkeys with no LCD display
shall not be acceptable.
17.
Software upgrades shall be made by the user via a USB port;
changing internal components shall not be required. It shall be
possible to install software updates in all consoles, processor
units and remotes from one device over the network.
18.
The operating software shall be loaded into program execution
memory from the internal hard drive when the console is
powered. In the event of an uncontrolled shutdown, the device
shall return to its last output state when power is restored.
19.
Dimmer monitoring and configuration features shall be provided
(in conjunction with ETC’s Sensor+, Sensor 3 or FDX dimming
systems) to allow indication of dimming system status, dimmer
load monitoring and show specific configurations.
20.
Show data may be created and modified on a personal computer,
using either Windows XP or Windows 7 operating systems, with a
free offline editing application. The offline editor may also run
natively on Intel-based Macintosh platforms using OS X. The
program shall also allow output to visualization software
supporting the same protocols as the lighting system.
21.
A PC using Windows XP or Windows 7/8 or an Intel-based
Macintosh computer using OS X running a client software
application shall be able to connect to a control system via the
network and view or modify current show data in an independent
display environment, using an Eos Family Client Dongle. When
connected without the dongle, the computer shall operate in
Mirror Mode, with the device to be mirrored selectable by the
user. Systems that do not provide client software that may run
natively on the Apple platform in this environment shall not be
acceptable.
22.
Synchronized backup shall be provided via another full desk on
the network or by use of a remote processor unit. The backup unit
(either full desk or rack mounted Remote Processor Unit (RPU)
shall maintain synchronized playback with the master and shall
take over control of the lighting system upon loss of
communication with the master. Use of two RPUs to service and
backup system output is also supported. Systems that do not offer
this kind of instant backup from multiple sources shall not be
acceptable.
23.
A maximum of four users may access and interact with show data
simultaneously. Each user shall have an individual workspace
and channel partitioning shall be supported. User identification
may be assigned to more than one control device, allowing users
to work in tandem, or allowing a designer/ALD to mirror the
current display format, mode and command line of the associated
programmer. Partitioned control allows discrete control of
channel/parameter groupings by user. Partitioned control may be
easily enabled and disabled with no need to merge show data
from multiple users.
24.
Mirror mode shall allow the desk displays and operating modes to
be mimicked on another connected device. Alternatively, the desk
may mirror another device.
25.
The system shall allow remote control from external devices as
follows: Client software running on a PC connected to the
network, a remote video interface with keyboard, a purpose-built
wireless remote focus unit (Radio Focus Remote). Universal fader
wings may be attached to any of these devices for local fader
control. Systems without these remote control devices shall not
be acceptable.
B.
26.
The system shall support a Telephone remote control that allows
basic functions to be controlled from a standard wireless phone
producing touch-tone signals. This allows the use of a standard
telephone for a low cost remote control. Systems that do not allow
this function shall not be acceptable.
27.
Show data may be created and modified on a personal computer,
using either Windows XP or Windows 7/8 operating systems, with
a free offline editing application. The offline editor may also run
natively on Intel-based Macintosh platforms using OS X. The
program shall also allow output to visualization software
supporting the same protocols as the lighting system.
28.
The system shall support up to 32 individual Time Code Event
lists.
Controls and Playback
1.
Manual Control and Programming Section
a.
The programming keyboard shall be grouped by function.
Major groupings shall be record target functions, numeric
keys, level assignment functions, display navigation
functions and controls.
b.
Non-intensity parameters may be set numerically or via the
encoders. This control shall be fully interactive. In either
case the current parameter value shall be displayed on the
desk monitor and simultaneously on the integral LCD
display. Systems using only a local LCD or only a video
monitor shall not be acceptable.
c.
Only those parameters available for control in the active
lighting system shall be displayed for control.
d.
Lamp controls provide direct access to luminaire functions
such as striking and dousing arc lamps and calibrating entire
fixtures or individual mechanisms of fixtures, as provided by
the luminaire manufacturer. User access to these features is
normalized across all manufacturers for ease of use. Use of
a “control channel” for accessing these functions shall not be
required and systems requiring use of a control channel shall
not be acceptable. Lamp control commands maybe e
staged, and channels which have been sent lamp on
commands so indicated in live.
e.
Fan functions shall be provided both via command line
operation and through encoder controls.
2.
3.
f.
Highlight shall be supported, with user definable highlight
values. Lowlight conditions may be defined for selected, but
not specified channels. Rem Dim command, at specific
levels by channel, may be optionally and automatically called
with the highlight command.
g.
Fixtures with CMY or RBG color mixing may be set with
direct CMY or RBG controls, as well as the Hue and
Saturation encoders and/or color picker. Color may also be
set directly to a gel match, via a graphic selection tool or
from the command line.
h.
The Virtual Media Server function shall allow the user to
create layouts of devices, identified as pixel maps. Media
content (images, movies, text and procedurally generated
effects) may then be applied, manipulated and stored. Stock
content is provided and the user may import custom imagery
and animations.
i.
Macros may be set to run as default. Default macros called
manually shall post to the command line, but executed via
cue lists shall run in the background. The user may override
this behavior by defining the macro to always execute in the
foreground or the background, regardless of the recall
method. Startup, Shutdown and Disconnect macros may
also be defined.
Playback Section
a.
The master fader shall consist of a 60mm Master Fader pair
with associated Load, Go and Stop/Back buttons. Additional
playback faders may be configured via the virtual fader
module or on the Universal Fader Wings.
b.
It shall be possible to instantaneously halt an active cue,
back to the previous cue, manually override the intensity
fade or manually override the entire fade.
c.
It shall be possible for a cue list to contribute to the
background state or for the contents of each cue list to be
withheld from such.
d.
The playback faders shall have the following associate
controls:
1) Freeze, which halts the output of the fader
2) Stop Effect, which stops the action of an effect.
3) Filter, to assign filter states to a fader
4) Go to Cue 0, to reset a cue list.
Fader Wings (Optional)
4.
C.
a.
Submaster and fader support shall be provided via optional
fader wings. These wings are available in 1x20, 2x10 and
2x20 configurations. Up to six of these wings may be
connected to the desk via internal or external USB. Via
paging, access is provided to all 300 faders, regardless of
the number of physical wings attached.
b.
The 2x10 and 2x20 fader wings shall include a full length
LCD for labeling and identification functions. Each fader shall
have two associated hard buttons for various operations.
Systems without a local display or fewer than two buttons
per fader shall not be acceptable.
c.
Up to 300 proportional, fully overlapping additive, effect or
inhibitive submasters may be defined. Submasters shall
have colored LEDs to indicate submaster status. Each
submaster may have fade up, dwell and down fade times.
Each has a bump and assert/channel select button.
Submasters may be set to independent, exclusive, shielded
and proportional/intensity or effect master control.
d.
The submaster blind buffer shall be linked directly to live
playback allowing live editing of live submaster content via
the command line.
e.
It shall be possible to set submaster values directly from the
command line.
f.
Up to 200 cue lists may be active concurrently.
Grand Master
a.
A dedicated grand master and blackout button are provided.
b.
The grand master shall proportionally fade intensity values to
zero. Blackout shall send all intensity outputs to zero. Nonintensity outputs shall not be affected. No additional
configuration shall be required to withhold non-intensity
values from Grand Master and Blackout control.
Display Controls
1.
Format shall change the view of selected displays.
2.
It shall be possible for the user to choose which parameter
categories or parameters (s)he wishes to display.
3.
Flexichannel shall change which channels are viewed in selected
displays, as follows:
a.
All channels
D.
b.
Patched channels
c.
Show channels
d.
Active/Moved channels
e.
Selected channels
f.
Manual Channels
g.
View channels (user identified list)
h.
Channels with discrete timing
4.
Expand shall extend the selected view sequentially across
connected displays, vertically or horizontally.
5.
[Time] depressed shall display discrete timing data. [Data]
depressed shall display absolute values of referenced data.
6.
User definable magic sheets shall provide alternative display of
and access to channels and record targets. Multiple magic
sheets may be created.
7.
Playback status displays are provided with a variety of different
formats. Indications are provided per cue for live moves (lights
fading from zero and also moving non-intensity parameters) and
dark moves (inactive lights which have stored non-intensity
parameter moves).
Operating Modes
1.
Live Mode
a.
Channel lists may be constructed using the +, - and Thru
keys as well as the direct selects. Channel selection and
deselection is fully interactive, regardless of the method
used.
b.
Levels may be set with the keypad, level wheel and nonintensity encoders. “Selected” channels shall be those last
addressed and under keypad control.
c.
Sneak shall be used to restore specified channels to
background states, default values, or to send them to
specified values, in user specified or default times.
d.
Selected channels may be set at a level or held to current
values while all other channels are set to zero using Rem
Dim. Toggling Rem Dim shall restore all unselected
channels to original levels. The Rem Dim level shall be user
definable via the command line or with a default setup value.
e.
Channels may be recorded into groups for fast recall of
commonly used channels. 1000 groups shall be available.
Groups shall store selection order. The Offset function
supports rapid creation of ordered groups, including reverse
and random order.
f.
Parameter settings may be stored to Intensity, Focus, Color
and Beam Palettes and to Presets. All referenced data may
be stored to whole numbers or to up to 99 decimal places
between each whole number. It shall be possible to store
1000 presets and 1000 of each palette type.
g.
Any collection of channel data, as determined by the use of
“Record”, “Record Only, selective store commands and/or
parameter filters may be stored to palettes (as appropriate to
the type) and presets.
h.
The following conditions may be placed on a channel or
channel parameter to be included with a cue record action.
1) Discrete fade time and/or delay
2) Block flag
3) Assert flag
4) IFCB Filters, which may be set at a parameter level.
i.
999 cue lists may be stored. Cues may be recorded in any
order. Up to 99 decimal cues may be inserted between any
two whole number cues. Each cue may contain a maximum
of twenty parts. Parameters may be automatically assigned
to specific parts or assigned when the part is created.
j.
It shall be possible to record cues and cue parts with the
following information:
1) Any collection of channel data, as determined by the
use of “Record”, “Record Only” or selective store
commands, combined with parameter filters.
2) Cue Level timing and delays for Intensity Up, Intensity
Down, Focus, Color and Beam.
3) Follow or hang time
4) Link instruction
5) Loop value
6) Block, Assert, Allfade, Preheat and/or Mark Flag
7) Curve
8) Label and note
9) Execute list to trigger other activity
k.
Non-intensity channel parameters may be marked (preset),
in two ways. Automark presets any parameters transitions in
the cue just prior to intensity becoming active. Automark may
be disabled on a cue or cue part basis, enabling a “live”
move. Alternatively, non-intensity parameters may be
marked to a specific cue with a single command instruction.
It shall not be necessary to store these parameters directly
into the cue in which the movement is to occur.
l.
Any channel parameter may be stored with an effect
instruction. These effects may contain relative offsets from
current value, or absolute instructions. Effects may be
progressive action or on/off states. Entry and exit behaviors
shall modify the channel parameters activity when beginning
and ending the effect.
m.
Update may be used to selectively add modified parameter
data quickly to that parameter’s current source. It shall be
possible to update inactive record targets. It shall also be
possible to update back to the current source of the move
instruction without specifying that cue via Trace. A context
sensitive display provides detailed information regarding the
results of the update command.
n.
Recall From quickly pulls specified data from record targets
or other channels into the current view. Recall from on an
HTP basis shall be provided.
o.
Copy To quickly copies selected data to specified channels
or other record targets.
p.
Address and channel check functions shall be provided.
q.
Channel parameters may be “parked” at levels. Output
addresses may also be parted directly. Parked levels shall
not be added to any live record operations, nor may they be
changed until the parked element is “unparked”. Address
Park shall also be provided.
r.
About shall provide detailed status of selected channels or
specified record targets. This shall include current source,
current value, discrete timing, parked value, marked to and
for indications. Background levels and current DMX output
are also displayed. Channel usage indicates submaster and
cue information and also provides a "dark moves" report on
a per channel basis.
s.
1000 snapshots may be stored which instantly recall
specified front panel and display configurations.
t.
Live data may be displayed in a summary view, detailed
table orientation or a user-defined magic sheet.
2.
3.
u.
Undo shall be used to sequentially step back through
manual operations, record, update and delete actions. Redo
functions shall be provided. Multiple undo commands may
be executed at once.
v.
Home shall set selected channels non-intensity parameters
to their default values. User definable home, on a perchannel/per- parameter basis shall be provided.
w.
Move shall allow all show data to be moved from one record
target to another.
x.
Query shall allow selection of channels by their current or
possible state. Keywords and fixture types shall allow quick
access to fixtures.
Blind
a.
The Blind display allows viewing and modification of all
record targets without affecting stage levels.
b.
Record target data may be displayed in a summary view, a
detailed table orientation or a spreadsheet view, which
allows quick data comparisons, move and replace with
functions.
c.
Changes made in blind displays shall be automatically
stored.
d.
Blind editing shall be possible for all record targets.
e.
Selection of what parameter data to view for blind editing
shall be user configurable.
Patch Display
a.
Patch shall be used to display and modify the system control
channels with their associated library data.
b.
Each channel may be provided with a proportional patch
level, preheat, curve, label, swap and invert functions.
c.
Offset functions in patch shall allow selection of channel
ranges and shall allow the user to establish a “custom”
footprint for any device output.
d.
A full library of profiles is provided, with the ability for the
user to define “favorites” for fast selection.
e.
Custom color wheels, color scrolls and gobo wheels shall be
defined in patch. These devices shall be created with a
simple table and graphical user interface supported by
images of major manufacturers.
f.
Copy to and Move functions shall be supported in patch.
g.
4.
E.
RDM discovery and device monitoring shall be supported.
Setup/Browser
a.
Setup shall access system, show and desk configurations.
b.
The browser shall access show data storage, import, export,
print to .pdf and clear functions, as well as show data
utilities.
c.
It shall be possible to partially merge show files. Users shall
be able to select as much or as little of the show file as
required, with renumber tools.
d.
It shall be possible to import ASCII and Lightwright data files.
It shall be possible to export as ASCII or .csv.
Dimmer Monitoring and Configuration
1.
The lighting control system shall provide communication with an
ETC Sensor+, Sensor3 or FDX dimming system for remote
monitoring and configuration of show specific functions from
within the software application.
2.
Circuit level configuration and monitoring functions shall include
but not be limited to:
3.
a.
Control mode (dimmable, switched, latch-lock, always on, off
or fluorescent).
b.
Curves
c.
Control threshold
d.
Min and Max Scale Voltage
e.
Preheat
f.
Scale load
Rack Status messages shall include but not be limited to:
a.
State of UL924 panic closure
b.
DMX port error/failure
c.
Network error/failure
d.
A, B, C Phase below 90 or above 139 volts and headroom
warning
e.
Ambient temperatures out of range
4.
5.
F.
a.
Module type and location
b.
Output level
c.
Control Source
d.
Overtemp
Advanced circuit feedback shall include but not be limited to:
a.
Load higher or lower than recorded value
b.
DC detected on output
c.
SCR failed on/off
d.
Breaker trip
e.
Module has been removed
f.
Load failure
g.
Shutdown due to Overtemp
Training Options
1.
G.
Circuit status shall include but not be limited to:
Training packages shall be available customizable to the
individual venue preferences and needs. The level of training
(beginner, intermediate or advanced) may be selected and
training may be defined as an element of system commissioning
or deferred to a later time.
Interface Options
1.
The unit shall support a variety of local interfaces.
a.
AC input.
b.
USB (five ports for connecting devices such as an
alphanumeric keyboard, mouse, touch screens, USB Flash
drive, fader wings, etc.) The desk shall provide four ports on
the rear of the unit and one on the control service itself.
c.
Ethernet (one port) 802.3af compliant
d.
Two DVI video output connectors, supporting a maximum of
two DVI monitors at 1280x1024 resolution minimum.
e.
One VGA output connector.
f.
Up to six fader wings may be attached to the main console
via internal or external USB connections. Systems that do
not allow the addition of fader wings shall not be acceptable.
g.
Two DMX512-A/RDM Ports
H.
i.
Phone Remote
j.
MIDI In/Out (MIDI Timecode, MIDI Show Control)
1.
Net3 Radio Focus Remote
2.
iRFR and iRFR Preview (application for iPhone, iPod Touch and
iPad units)
3.
aRFR (application for Android devices)
4.
Net3 Remote Video Interface
5.
1 x 20, 2x10 and 2x20 Universal Fader Wings
6.
Net 3Gateways
a.
Net3/ETCNet 2 to DMX/RDM Gateways (one to four ports)
b.
MIDI/SMPTE Gateways
c.
I/O Gateway with 12 analog inputs, 12 SPDT contact
outputs, RD232 interface
Eos Family Client Software Kit
Synchronized Backup
1.
J.
Contact Closure Trigger via D-Sub Connector
Accessories
7.
I.
h.
An optional Backup system shall consist of one of the following
combinations of devices:
a.
Two networked desks
b.
One (or more) desk with one Remote Processor Unit (RPU)
c.
One (or more) desk with two Remote Processor Units
(RPUs)
Physical and Acoustical
1.
All operator controls and electronics for a standard system shall
be housed in a single desktop console, not to exceed 19” wide,
19” deep, 5.5” high, weighing 20 pounds.
2.
Power shall be 95 – 240V AC at 50 or 60Hz, supplied via a
detachable power cord.
3.
At typical CPU utilization, the unit shall operate at ≤ 26 dBA.
PLCYC1 LED CYC LIGHT SPECIFICATION.
A.) Overview.
1.) The luminaire shall be a full spectrum color mixing luminaire employing a red,
green, blue, and white LED engine. The engine shall be capable of providing
tunable white color temperature matched presets as well as millions of
permutations of color.
2.) The luminaire shall employ One (1) LED light source engines that will not emit light
in the ultra-violet (wavelengths less than 400nm for UV-A,B, or C) or the Infrared
spectrum (wavelengths of more than 775 nm). Units that emit light within this
spectrum shall not be accepted.
3.) The luminaire shall employ a 40 degree holographic diffuser with an output of 2,000
lumens in its warm white setting.
4.) The luminaire shall have an integrated control system that provides local controls
offering access to set up parameters, preset color temperatures, stored custom
presets, and status reporting.
5.) The luminaire shall have control inputs for:
a. DMX512 with input/output connectivity
b. Wireless DMX512 (optional) requires additional hardware.
B.) Physical.
1.) PLCYC LED Shall not exceed 10.9 inches [277.4mm] (at it longest dimension)
when the luminaire is at a 90 degree angle (at a 90 degree angle to the yoke) or
14.2 inches [360.68mm] when the unit is set at a 0 degree focus angle (pointing
straight down).
2.) The optical system shall consist of specifically tuned holographic diffusers in
conjunction with a coated asymmetric reflector system.
3.) The Luminaire shall allow for floor or pipe mounting with use of an appropriate
approved hanging devices such as a C-Clamp or Half Coupler. Floor mounting
shall be achieved without any external trunions or floor mounts. The PLCYC floor
mount consists of its yoke and body rotated to form a floor stand.
6.) The construction of the unit shall be a machined aluminum, sheet metal and
molded engineering grade plastic.
7.) Weight shall not exceed 7.3 lbs. [3.3 kg] luminaire only.
C.) Electrical.
1.) Luminaire shall be available with PowerCon in and through connectors allowing the
daisy chaining of power from luminaire to luminaire.
2.) Supply Voltage shall be 120 to 240VAC, 50/60Hz. (+/- 10% auto-ranging)
3.) The luminaires current draw shall not exceed 1.25 amps (120VAC) or 0.63 amps
(240VAC) luminaires that do not meet these criteria shall not be accepted.
4.) The light engine source shall be one (1) RGBW 120 Watt LED chip.
5.) The luminaire shall be ETL and cETL Listed and CE marked.
D.) Environmental.
1.) Maximum operating ambient temperature shall not exceed 104 degrees Fahrenheit
(40 degrees Celsius).
2.) A variable speed cooling system shall be employed to maintain the optimal
operating temperature of the luminaire.
3.) Luminaires shall be low maintenance and environmentally friendly, all units shall be
mercury free.
E.) Operational.
1.) The luminaire shall have control inputs for:
a. DMX512 with input/output
b. Wireless DMX512 (optional)
Luminaires utilizing proprietary only controls shall not be accepted.
2.) DMX512 control will be via either 3 Channel, 8 or 16 bit control; control
parameters for each DMX512 output shall be as follows:
a. 8 Bit Mode (3 Channel)
1. Intensity
2. Preset Color Selection
3. Timing
b. 8 Bit Mode (9 Channel)
1. Intensity
2. Red
3. Green
4.
5.
6.
7.
8.
9.
Blue
White
Preset Color Selection
For Future Use
Timing
Control
c. 16 Bit Mode (15 Channel)
1. Intensity - High
2. Intensity – Low
3. Red – High
4. Red – Low
5. Green – High
6. Green - Low
7. Blue – High
8. Blue – Low
9. White – High
10. White – Low
11. Preset Color Selection
12. For Future Use
13. Intensity time
14. Color time
15. Control
3.) The luminaire shall an onboard display and controls of the following:
a. Menu settings:
i. Save a Preset
ii. Edit a Preset
iii. Color mix
iv. Fan Control
v. Settings
vi. Lock Fixture
vii. Enter Password
viii. LED Status
b. Security and Password settings:
i. Security Settings
ii. Power Up Modes
iii. IR Enabled/Disable
iv. Software updates
v. DMX512 Enabled
4.) Security settings shall be employed on a four (4) level access. Each level shall
allow the end user additional features and settings. Power limit settings, power
up presets, hour reset, and password settings may be set under full access
control. Security settings shall follow a four level access and noted as the
following:
a.) Level 0 system is locked, Menu/Esc. Key is active
b.) Level 1 All keys are active setting of DMX512, Preset select,
intensity
c.) Level 2 Editing and Saving Presets added to Level 1 functionality
d.) Level 3 All settings available on the settings screen
Units not utilizing this type of technology or any security settings shall not be
accepted.
5.) The LED technology employed in the luminaire shall be that of a light gathering
and pre-combination technology from a smaller number of emitters. The LED
shall comprise Red, Blue, Green, and White sources and combined via a light
gathering system and then mixed using a TIR device to form a single output
beam of uniform color.
6.) Access to on board presets shall be accessible from the control panel of the
luminaire. Each user definable preset shall store color temperature, RGBW,
and intensity settings for each of the thirty-one (31) presets. Presets shall be
stored in the fixture firmware are defined as follows:
a.
b.
c.
d.
e.
Preset 1 (Scratch Pad) user definable preset
Preset 2 (Warm White) factory preset
Preset 3 (Cool White) factory preset
Preset 4 (Daylight) factory preset
Preset 5-31 user definable presets
7.) The luminaire shall provide power monitoring and hour logging technology. This
technology employs provides:
a. Hours in Use
b. Power consumption
c. Operating temperature
This technology shall be utilized for information concerning the power consumption
of the luminaire, and “on” time for the luminaire. The logging timer may be reset
under secure password settings. Luminaires not utilizing hour logging technology
and luminaire status will not be accepted.
END OF PLCYC1 LED CYC LIGHT SPECIFICATION.
STRAND SELECON PLFRESNEL1 LED FRESNEL SPECIFICATION.
A.) OVERVIEW (LUMINAIRE).
1.) The luminaire shall be a full spectrum color mixing luminaire employing a red,
green, blue, and white LED engine. The engine shall be capable of providing
tunable white color temperature matched presets as well as millions of
permutations of color.
2.) The luminaire shall employ One (1) LED light source engines that will not emit
light in the ultra-violet (wavelengths less than 400nm for UV-A,B, or C) or the
Infrared spectrum (wavelengths of more than 775 nm). Units that emit light
within this spectrum shall not be accepted.
3.) The LED technology employed in the luminaire shall be that of a light gathering
and pre-combination technology from a smaller number of emitters. The LED
shall comprise Red, Blue, Green, and White sources and combined via a light
gathering system and then mixed using a TIR device to form a single output
beam of uniform color.
4.) The luminaire shall have a 15 to 54 degree manual control of spot to flood
beam spread with an output in excess of 2,000 lumens.
5.) The luminaire shall have an integrated control system that provides local
controls offering access to set up parameters, preset color temperatures, stored
custom presets, and status reporting.
6.) The luminaire shall have control inputs for
connectivity
DMX512 with input/output
7.) The Fresnel shall be a purpose-built fixture designed for interior stage, studio
and display lighting applications. The lamp house of the Fresnel fixture shall
have rounded corners and edges with no sharp edges. It shall be constructed
from aluminum and engineering plastics.
8.) The sides of the Fresnel fixture shall be constructed from extruded aluminum
for strength, lower weight and no noise during the expansion and contraction
period when the Fresnel fixture is heating up. Sides constructed from sheet
metal shall not be accepted. Ventilation of the Fresnel fixture shall be
maximized by not less than five convection slots running the entire length of the
housing with additional transverse ventilation slots top and bottom.
9.) The front and rear of the Fresnel fixture shall be constructed from high
temperature and impact resistant engineering plastic moldings for strength, and
lower weight.
10.) The Fresnel beam will have a soft edge with minimal spill.
STRAND SELECON PLFRESNEL1 LED FRESNEL SPECIFICATION.
11.) The Fresnel shall use a four and one half-inch (112mm) Fresnel lens, mounted
inside the fixture secured with stainless steel spring "T" clips. These clips shall
hold the lens in position and allow for movement caused by heat expansion.
12.) The lens shall be able to be accessed for cleaning in the lamp housing by
means of a side hinged bottom tray held closed with two screws.
13.) The focus system shall comprise of the LED engine assembly moving in
relation to the fixed lens. The focus action shall be direct slide action on a
Teflon® coated bearing to minimize vibration and friction. The focus fastening
system shall be by a simple heat resistant low maintenance screw knob.
14.) Tilt adjustment shall be by means of a screw lock system secured by a hand
sized insulated "T" handle which also allows one hand adjustment. The yoke
position shall be adjustable along the length of the fixture.
15.) The fixture is provided with a formed steel yoke with a central hole for a 1/2
inch (M12) suspension bolt set comprising 1/2 inch set screw (M12), nut and
two washers.
16.) The four-leaf Barndoor accessory shall be constructed from high heat and
impact resistant engineering plastic and lightweight steel sheet for each leaf. It
shall be possible to rotate the barndoor leaves 360 degrees to facilitate the
beam masking. The leaf tension shall be adjustable to suit the operator's
preference. The barndoor shall have safety chain anchor points provided
which are integral to the barndoor base molding. An accessory lock cover is to
be provided to securely attach this to the fixture when in use.
17.) The luminaire shall conform to UL 1573 stage and studio use as well as UL
8750 LED standards and tested via ETL to conform to the aforementioned UL
specifications, luminaire shall hold ETL, cETL, Ctick, and CE markings..
B.) OVERVIEW (PL INTERCONNECT BOX)
1.) The interconnect box shall be contain all of the power and data interconnectivity
for the PLfresnel1.
2.) The PLICB (PL Interconnect Box) shall contain:
One (1) Power Con In (Blue) connector
One (1) Power Con out (Gray) Connector
One(1) DMX 5 Pin XLR Female Connector
One (1) DMX 5 Pin XLR Male Connector
One (1) Multi-pin Data/Power Receptacle.
3.) The PL interconnect box shall be able to be mounted:
a. between the luminaire yoke and the mounting device such as a C-Clamp,
Hook Clamp, or Half Coupler,
STRAND SELECON PLFRESNEL1 LED FRESNEL SPECIFICATION.
b. to the underside of the yoke – Between the luminaire and underside of the
yoke,
c. independently hung using a C-Clamp, Hook Clamp, or Half Coupler
4.) The PL interconnect Box shall connect to the luminaire utilizing one(1) composite
lead which will transmit both power and data to the interconnected luminaire.
C.) PHYSICAL
1.) PLfresnel1 Led Shall not exceed 17.5 inches [444.8mm] when
the luminaire is at a zero degree angle (at 90 degrees) to the mounting
structure and 11.8 inches [298.9mm] high from the bottom of the luminaire to the
top of the yoke.
2.) The optical system shall consist of coated aspheric and fresnel lenses.
3.) PLFresnel1 accessory holder shall be capable of holding external beam shaping
devices such as diffusion filters, top hats and barndoors .
4.) The luminaire shall allow for a manual rotation of 360 degrees pan and 270
degrees tilt (through utilization of the sliding yoke) to provide optimum luminaire
orientation at all times. Luminaires offering limited range of motion shall not be
accepted.
5.) The construction of the unit shall be a extruded aluminum, sheet metal and
molded engineering grade plastic.
6.) Weight shall not exceed 12.34 lbs. [5.6 kg] luminaire only.
D.) PHYSICAL (PL INTERCONNECT BOX)
1.) The PL Interconnect Box (PLICB) shall not exceed 1-11/16” [43mm] (H) x 5-1/4”
[133] (L) x 3-1/16” [78mm] (W)
2.) The PLICB shall employ a mounting hole through the center of the unit to allow
for a ½” (M12) bolt to pass through. The PLICB shall employ a reinforcing
center sleeve.
3.) The PLICB shall swivel independently of the luminaire to allow for cable
management where no service loop for DMX or Power is required.
STRAND SELECON PLFRESNEL1 LED FRESNEL SPECIFICATION.
E.) ELECTRICAL
1.) Supply Voltage shall be 90-264VAC auto-ranging
2.) The luminaires current draw shall not exceed 1.91 amps (120V) or 0.95 amps
(240V) luminaires that do not meet these criteria shall not be accepted.
3.) The light engine source shall be one (1) RGBW 120 Watt LED chip.
4.) The luminaire shall be CE, C-Tick, ETL and cETL Listed.
F.) ENVIRONMENTAL
1.) Maximum operating ambient temperature shall not exceed 113 degrees
Fahrenheit (45 degrees Celsius).
2.) A variable speed cooling system shall be employed to maintain the optimal
operating temperature of the luminaire.
3.) Luminaires shall be low maintenance and environmentally friendly, all units shall
be mercury free.
G.) OPERATION
1.) The luminaire shall have control inputs for: DMX 512a/1990
Luminaires utilizing proprietary only controls shall not be accepted.
2.) DMX512 control will be via either 3 Channel, 8 or 16 bit control; control
parameters for each DMX512 output shall be as follows:
a. 8 Bit Mode (3 Channel)
1. Intensity
2. Preset Color Selection
3. Timing
b. 8 Bit Mode (9 Channel)
1. Intensity
2. Red
3. Green
4. Blue
5. White
6. Preset Color Selection
7. For Future Use
8. Timing
9. Control
STRAND SELECON PLFRESNEL1 LED FRESNEL SPECIFICATION.
c. 16 Bit Mode (15 Channel)
1. Intensity - High
2. Intensity – Low
3. Red – High
4. Red – Low
5. Green – High
6. Green - Low
7. Blue – High
8. Blue – Low
9. White – High
10. White – Low
11. Preset Color Selection
12. For Future Use
13. Intensity time
14. Color time
15. Control
3.) The luminaire shall an onboard display and controls of the following:
a. Menu settings:
i. Save a Preset
ii. Edit a Preset
iii. Color mix
iv. Fan Control
v. Settings
vi. Lock Fixture
vii. Enter Password
viii. LED Status
b. Security and Password settings:
i. Security Settings
ii. Power Up Modes
iii. IR Enabled/Disable
iv. Software updates
v. DMX512 Enabled
4.) Security settings shall be employed on a four (4) level access. Each level
shall allow the end user additional features and settings. Power limit settings,
power up presets, hour reset, and password settings may be set under full
access control. Security settings shall follow a four level access and noted as
the following:
a.) Level 0 system is locked, Menu/Esc. Key is active
b.) Level 1 All keys are active setting of DMX512, Preset select,
intensity
c.) Level 2 Editing and Saving Presets added to Level 1
functionality
STRAND SELECON PLFRESNEL1 LED FRESNEL SPECIFICATION.
d.) Level 3 All settings available on the settings screen
Units not utilizing this type of technology or any security settings shall not be
accepted.
5.) Access to on board presets shall be accessible from the control panel of the
luminaire. Each user definable preset shall store color temperature, RGBW,
and intensity settings for each of the thirty-one (31) presets. Presets shall be
stored in the fixture firmware are defined as follows:
a.
b.
c.
d.
e.
Preset 1 (Scratch Pad) user definable preset
Preset 2 (Warm White) factory preset
Preset 3 (Cool White) factory preset
Preset 4 (Daylight) factory preset
Preset 5-31 user definable presets
6.) The luminaire shall provide power monitoring and hour logging technology.
This technology employs provides:
a. Hours in Use
b. Power consumption
c. Operating temperature
This technology shall be utilized for information concerning the power
consumption of the luminaire, and “on” time for the luminaire. The logging timer
may be reset under secure password settings. Luminaires not utilizing hour
logging technology and luminaire status will not be accepted.
H.) DIMMING
1.) The Luminaire, in sixteen bit mode, shall use 16-bit nonlinear scaling
techniques for high-resolution dimming.
2.) Dimming curves shall be optimized via the luminaire for smooth dimming over
longer timed fades.
The Luminaire shall be digitally driven using high-speed pulse width
modulations (PWM) in concert with power factor control (PFC) to ensure a
smooth flicker free dim curve from 100 to 0 % and shall be imperceptible to
video cameras and video related devices
STRAND SELECON PLFRESNEL1 LED FRESNEL SPECIFICATION.
I.) WARRANTY
Luminaire manufacturer shall offer a three year warranty on the luminaire,
LED and Interconnect box. Manufacturers not offering a minimum of a three
year warranty shall not be accepted.
END OF PLfresnel1 LED LUMINAIRE SPECIFICATION.
STRAND SELECON PLPROFILE 1 LED ZOOMSPOT SPECIFICATION.
A.) OVERVIEW (LUMINAIRE).
1.) The luminaire shall be a full spectrum color mixing luminaire employing a red,
green, blue, and white LED engine. The engine shall be capable of providing
tunable white color temperature matched presets as well as millions of
permutations of color.
2.) The luminaire shall employ One (1) LED light source engines that will not emit
light in the ultra-violet (wavelengths less than 400nm for UV-A,B, or C) or the
Infrared spectrum (wavelengths of more than 775 nm). Units that emit light
within this spectrum shall not be accepted.
3.) The LED technology employed in the luminaire shall be that of a light gathering
and pre-combination technology from a smaller number of emitters. The LED
shall comprise Red, Blue, Green, and White sources and combined via a light
gathering system and then mixed using a TIR device to form a single output
beam of uniform color.
4.) The luminaire shall have a 18⁰ to 34⁰ or 24⁰ to 44⁰ (depending upon the lens
tray type) manual control of a narrow to wide beam with a focus from soft to
sharp with an output in excess of 2,000 lumens.
5.) The luminaire shall have an integrated control system that provides local
controls offering access to set up parameters, preset color temperatures, stored
custom presets, and status reporting.
6.) The luminaire shall have control inputs for DMX512 with input/output
connectivity.
7.) The PLprofile1 LED Ellipsoidal shall be a purpose-designed fixture for interior
stage, studio and display lighting applications. It shall be constructed from
custom aluminum extrusions and die-castings. All corners and edges shall be
rounded and have no sharp edges. The finish is to be a low reflective, matt
charcoal color, electrostatically applied, baked on epoxy powder coat.
8.) Four stainless steel shutters shall be fitted, located at the focal point of the
optical system in a spring tensioned gate assembly. The shutters will mask the
beam and provide a crisp edge when inserted. Each shutter is to have a heat
resistant handle with two finger holes for easy manipulation.
9.) The sides of the profile luminaire shall be constructed from extruded aluminum
for strength and lower weight. . Sides constructed from sheet metal shall not be
accepted. Ventilation of the LED profile Luminaire shall be maximized by not
less than five convection slots running the entire length of the housing with
additional transverse ventilation slots top and bottom.
STRAND SELECON PLPROFILE 1 LED ZOOMSPOT SPECIFICATION.
10.) The front and rear of the LED Profile Luminaire shall be constructed from high
temperature and impact resistant engineering plastic moldings for strength,
and lower weight.
11.) The PLprofile1 LED variable lenses shall be manufactured from high heat
resistant polished borosilicate glass mounted within molded holders which
move captive along a custom extrusion. The lenses are to move with a
minimum of vibration and without metal-to-metal contact. The focus fastening
system is via simple maintenance free screw knobs located on the bottom
side of the lens tube.
12.) The lenses shall be available for cleaning by means of a side hinged bottom
tray held closed with a sprung 'push in' finger locking clip. The entire lens
assembly shall be removable for cleaning without tools by unlocking of the
hinge after operation of the locking clip.
13.) The Medium 18⁰ to 34⁰ lens assembly supplied shall be interchangeable with
the Wide 24⁰ to 44⁰ lens assembly quickly in this manner.
14.) Tilt adjustment shall be by means of a screw lock system secured by a hand
sized insulated "T" handle which also allows one hand adjustment. The yoke
position shall be adjustable along the length of the fixture.
15.) The Luminaire is provided with a formed steel yoke with a central hole for a
1/2 inch (M12) suspension bolt set comprising 1/2 inch set screw (M12), nut
and two washers.
16.) The luminaire shall conform to UL 1573 stage and studio use as well as UL
8750 LED standards and tested via ETL to conform to the aforementioned UL
specifications, luminaire shall hold ETL, cETL, Ctick, and CE markings.
B.) OVERVIEW (PL INTERCONNECT BOX)
1.) The interconnect box shall be contain all of the power and data interconnectivity
for the PLprofile1.
2.) The PLICB (PL Interconnect Box) shall contain:
One (1) Power Con In (Blue) connector
One (1) PowerCon out (Gray) Connector
One(1) DMX 5 Pin XLR Female Connector
One (1) DMX 5 Pin XLR Male Connector
One (1) Multi-pin Data/Power Receptacle.
3.) The PL interconnect box shall be able to be mounted:
a. between the luminaire yoke and the mounting device such as a C-Clamp,
Hook Clamp, or Half Coupler,
STRAND SELECON PLPROFILE 1 LED ZOOMSPOT SPECIFICATION.
b. to the underside of the yoke – Between the luminaire and underside of the
yoke,
c. independently hung using a C-Clamp, Hook Clamp, or Half Coupler
4.) The PL interconnect Box shall connect to the luminaire utilizing one(1) composite
lead which will transmit both power and data to the interconnected luminaire.
C.) PHYSICAL (Luminaire)
1.) PLprofile1 Led Shall not exceed 26.18 inches [664.9mm] when
the luminaire is at a zero degree angle (at 90 degrees) to the mounting
structure and 15.94 inches [404.8mm] high from the bottom of the luminaire to
the top of the yoke with the PLICB installed.
2.) The optical system shall consist of coated aspheric lenses.
3.) PLprofile1 accessory holder shall be capable of holding external beam shaping
devices such as diffusion, filters, and tophats .
4.) The luminaire shall allow for a manual rotation of 360 degrees pan and 270
degrees tilt (through utilization of the sliding yoke) to provide optimum luminaire
orientation at all times. Luminaires offering limited range of motion shall not be
accepted.
5.) The construction of the unit shall be a extruded aluminum, sheet metal and
molded engineering grade plastic.
6.) Weight shall not exceed 18.95 lbs. [8.6 kg] luminaire only.
D.) PHYSICAL (PL INTERCONNECT BOX)
1.) The PL Interconnect Box (PLICB) shall not exceed 1-11/16” [43mm] (H) x 5-1/4”
[133] (L) x 3-1/16” [78mm] (W)
2.) The PLICB shall employ a mounting hole through the center of the unit to allow
for a ½” (M12) bolt to pass through. The PLICB shall employ a reinforcing
center sleeve.
3.) The PLICB shall swivel independently of the luminaire to allow for cable
management where no service loop for DMX or Power is required.
STRAND SELECON PLPROFILE 1 LED ZOOMSPOT SPECIFICATION.
E.) ELECTRICAL
1.) Supply Voltage shall be 90-264VAC auto-ranging
2.) The luminaires current draw shall not exceed 1.91 amps (120V) or 0.95 amps
(240V) luminaires that do not meet these criteria shall not be accepted.
3.) The light engine source shall be one (1) RGBW 120 Watt LED chip.
4.) The luminaire shall be CE, C-Tick, ETL and cETL Listed.
F.) ENVIRONMENTAL
1.) Maximum operating ambient temperature shall not exceed 113 degrees
Fahrenheit (45 degrees Celsius).
2.) A variable speed cooling system shall be employed to maintain the optimal
operating temperature of the luminaire.
3.) Luminaires shall be low maintenance and environmentally friendly, all units shall
be mercury free.
G.) OPERATION
1.) The luminaire shall have control inputs for: DMX 512a/1990
Luminaires utilizing proprietary only controls shall not be accepted.
2.) DMX512 control will be via either 3 Channel, 8 or 16 bit control; control
parameters for each DMX512 output shall be as follows:
a. 8 Bit Mode (3 Channel)
1. Intensity
2. Preset Color Selection
3. Timing
b. 8 Bit Mode (9 Channel)
1. Intensity
2. Red
3. Green
4. Blue
5. White
6. Preset Color Selection
7. For Future Use
8. Timing
9. Control
STRAND SELECON PLPROFILE 1 LED ZOOMSPOT SPECIFICATION.
c. 16 Bit Mode (15 Channel)
1. Intensity - High
2. Intensity – Low
3. Red – High
4. Red – Low
5. Green – High
6. Green - Low
7. Blue – High
8. Blue – Low
9. White – High
10. White – Low
11. Preset Color Selection
12. For Future Use
13. Intensity time
14. Color time
15. Control
3.) The luminaire shall an onboard display and controls of the following:
a. Menu settings:
i. Save a Preset
ii. Edit a Preset
iii. Color mix
iv. Fan Control
v. Settings
vi. Lock Fixture
vii. Enter Password
viii. LED Status
b. Security and Password settings:
i. Security Settings
ii. Power Up Modes
iii. IR Enabled/Disable
iv. Software updates
v. DMX512 Enabled
4.) Security settings shall be employed on a four (4) level access. Each level
shall allow the end user additional features and settings. Power limit settings,
power up presets, hour reset, and password settings may be set under full
access control. Security settings shall follow a four level access and noted as
the following:
a.) Level 0 system is locked, Menu/Esc. Key is active
b.) Level 1 All keys are active setting of DMX512, Preset select,
intensity
c.) Level 2 Editing and Saving Presets added to Level 1
functionality
STRAND SELECON PLPROFILE 1 LED ZOOMSPOT SPECIFICATION.
d.) Level 3 All settings available on the settings screen
Units not utilizing this type of technology or any security settings shall not be
accepted.
5.) Access to on board presets shall be accessible from the control panel of the
luminaire. Each user definable preset shall store color temperature, RGBW,
and intensity settings for each of the thirty-one (31) presets. Presets shall be
stored in the fixture firmware are defined as follows:
a.
b.
c.
d.
e.
Preset 1 (Scratch Pad) user definable preset
Preset 2 (Warm White) factory preset
Preset 3 (Cool White) factory preset
Preset 4 (Daylight) factory preset
Preset 5-31 user definable presets
6.) The luminaire shall provide power monitoring and hour logging technology.
This technology employs provides:
a. Hours in Use
b. Power consumption
c. Operating temperature
This technology shall be utilized for information concerning the power
consumption of the luminaire, and “on” time for the luminaire. The logging timer
may be reset under secure password settings. Luminaires not utilizing hour
logging technology and luminaire status will not be accepted.
H.) DIMMING
1.) The Luminaire, in sixteen bit mode, shall use 16-bit nonlinear scaling
techniques for high-resolution dimming.
2.) Dimming curves shall be optimized via the luminaire for smooth dimming over
longer timed fades.
The Luminaire shall be digitally driven using high-speed pulse width
modulations (PWM) in concert with power factor control (PFC) to ensure a
smooth flicker free dim curve from 100 to 0 % and shall be imperceptible to
video cameras and video related devices
STRAND SELECON PLPROFILE 1 LED ZOOMSPOT SPECIFICATION.
I.) WARRANTY
Luminaire manufacturer shall offer a three year warranty on the luminaire,
LED and Interconnect box. Manufacturers not offering a minimum of a three
year warranty shall not be accepted.
END OF SPECIFICATION.
Part 1 -
PRODUCTS
Part 1 - 1
Equipment
A
LED House Light – Work Light
1.Overview:
a.
The purpose of the LED House Light is to provide a high intensity LED fixture designed to provide
even illumination while drawing a maximum of 115 Watts. The fixture shall be controllable via
wired or wireless DMX. The fixture shall be convection cooled, shall dim to absolute zero
without perceivable stepping, and shall emulate the dimming curve of leading conventional
tungsten/halogen lamped fixtures. Fixture shall provide a minimum of 7000 lumens at greater
than 80 CRI and a 3000 Kelvin Correlated Color Temperature.
b.
The LED fixture shall be constructed of high strength extruded aluminum with an integral heat
sync that allows for noiseless convection cooling. In addition, the fixture shall:
1.
Utilize at least 95% recycled billet aluminum sourced domestically.
2.
Support minimum of 8 Watts/In2 of heat transfer at aluminum junctions.
3.
Support minimum of 80 Watts/In2 of heat transfer at LED module to heat sync junction.
4.
Weigh (at maximum) 20 lbs.
5.
Operate in an ambient operating temperature of -4° to 113 F°
c.
The LED fixture shall suspend via ½” hole provided in yoke.
2.Electrical:
c.
The LED fixture shall be ETL/UL listed to UL1598 with auto-sensing 100-277 VAC input. In
addition, the fixture shall:
1.
Operate with a .991 power factor at 120 Volts.
2.
Draw no more than 5 watts of power in stand-by.
3.
Offer dual fault protection, both in the power supply and DMX circuit.
4.
Fixture data termination shall be via 5 pin XLR connections (In/Out)
LED/Optical:
a.
The LED’s optical system shall deliver more than 7000 lumens of output and have a Borosilicate
glass Fresnel lens to ensure even light distribution.
b.
The LED shall be available in 36, 60, or 80 degree beam configurations.
c.
LED color temperature shall be 2700-3000 Kelvin CCT.
d.
The LED shall support a L70(6000) 75,000 hour life, as tested to TM-21.
4.Control:
a.
Control of the LED House Light is intended to provide maximum dimming resolution with an
aesthetically smooth dimming curve, to emulate the curve of leading 500µs rise time dimmers.
The dimming curve will allow the LED House Light to dim to absolute zero, without perceivable
stepping. To ensure tungsten-quality dimming capabilities, the LED Houselight will:
1.
Provide a minimum of 14 bit dimming resolution controlled via a single DMX address
2.
Provide a low impedance (minimum 1/8 impedance) DMX processor.
3.
Provide secondary dimming adjustment that asymmetrically adjusts dimming rate to
match incandescent filament mass.
b.
Optional Control of the LED House Light shall be via wireless DMX for use with an optional
wireless DMX transmitter.
5.Warranty:
b.
Warranty shall be a minimum of 3 years from the time of system commissioning.
DATA/POWER CABLE SPECIFICATIONS
A.) DMX 512 Cable
1.) ALL DMX 512 CABLE SHALL BE DUAL TWISTED PAIR & SHIELDED, 22 AWG BLACK
POLYURETHANE JACKET WITH 1 MALE 5 PIN XLR NEUTRIK (BLACK/GOLD) CONNECTOR AND 1
FEMALE 5 PIN XLR NEUTRIK (BLACK/GOLD) CONNECTOR WITH 4” CLEAR HEATSHRINK
INCLUDED FOR USER LABEL
B.) 15 Amp Edison Extension Cable
1.) ALL 15 AMP, 125 VAC, 2 POLE 3 WIRE EDISON CABLE SHALL BE 12/3 SOOW-A CABLE WITH 1
HBL5266EBKM1 MALE EDISON CONNECTOR AND 1 HBL5269EBKM1 FEMALE EDISON
CONNECTOR WITH 4” CLEAR HEATSHRINK INCLUDED FOR USER LABEL
C.) 20 Amp PowerCon Interconnect Cable
1.) ALL 20 AMP, 120VAC POWERCON CABLE SHALL BE 12/3 SJ EXTRA HARD USAGE CABLE WITH 1
POWERCON BLUE AND 1 POWERCON GREY CONNECTOR WITH 4” CLEAR HEATSHRINK
INCLUDED FOR USER LABEL
D.) PowerCon /Edison Feed Thru Adapter
1.) ALL POWERCON/EDISON FEED THRU ADAPTERS SHALL BE 12/3 SJTOW-A 300VAC MOLDED Y
36” WITH MALE EDISON TO FEMALE EDISON AND POWERCON BLUE CONNECTOR
PACKAGE 3 (SOFTGOODS)
THEATRICAL SOFT GOODS (CURTAINS, BORDERS & CYCLORAMA)
MANUFACTURER
DESCRIPTION
QTY
ROSE BRAND
ROSE BRAND
ROSE BRAND
ROSE BRAND
10' (W) x 6'6" (H) BLACK VELOUR LEG
10' (W) x 8'8" (H) BLACK VELOUR LEG
8' (W) x 8'8" (H) BLACK VELOUR LEG
10' (W) x 18" (H) BLACK VELOUR BORDER
4
9
4
8
ROSE BRAND
28' W x 9'6" H MUSLIN CYCLORAMA
1
THEATER SOFTGOODS (CURTAINS, BORDERS & CYCLORAMA) SPECIFICATIONS
A.) BLACK MASKING (CURTAINS & BORDERS)
1.) ALL BLACK MASKING TO BE QUOTED USING ROSEBRAND CRESCENT 20oz SYNTHETIC
VELOUR, INHERENTLY FLAME RETARDANT, OR EQUIVILANT AND ROSEBRAND MARVEL 21oz
COTTON VELOUR, TREATED FLAME RETARDANT, OR EQUIVILANT. ALL QUOTES TO INCLUDE
FABRIC SAMPLES OF EACH FOR OWNER TO DETERMINE FINAL MATERIAL CHOICE.
2.) ALL MASKING TO BE SEWN FLAT (NO PLEAT). THE TOP FINISH TO BE WEBBING WITH
GROMMETS ON 12” CENTERS AND TIES. FOR THE LEGS THE BOTTOM FINISH TO BE CHAIN
POCKET WITH CHAIN AND FOR THE BORDERS 4” FLAT HEM.
3.) DIMENSIONS FOR LEGS TO BE FIELD VERIFIED SO THAT WHEN HUNG AS WALL TREATMENT,
THE FINISHED BOTTOM WILL BE EVEN WITH TOP OF FACEPLATE FOR ELECTRICAL OUTLETS.
NOTE THAT THE 6’6” (H) LEGS ARE SPECIFIC TO THE WALL UNDER THE SOFFIT AND THE 8’8”
(H) LEGS ARE INTENDED TO BE HUNG FROM THE PIPE GRID AT OTHER WALLS.
4.) OWNER REQUESTS THAT SAME QUANTITIES ALSO BE QUOTED SEWN WITH 50% FULLNESS,
WITH THE UNDERSTANDING THAT THEY WILL ELECT TO PURCHASE THE LISTED QUANTITY
AS EITHER ALL SEWN FLAT OR ALL SEWN WITH 50% FULLNESS, BUT NOT BOTH. ALTERNATE
#5.
B.) CYCLORAMA
1.) THE CYCLORAMA SHALL BE SEAMLESS HEAVY WEIGHT BLEACHED MUSLIN, TREATED FLAME
RETARDANT. THE TOP FINISH TO BE WEBBING WITH GROMMETS ON 12” CENTERS AND TIES.
THE BOTTOM FINISH TO BE PIPE POCKET WITH SKIRT.
2.) DIMMENSION FOR CYCLORAMA TO BE FIELD VERIFIED SO THAT WHEN HUNG, STRETCHED
WITH PIPE IN PIPE POCKET, 6” BELOW PIPE GRID THE BOTTOM OF THE PIPE POCKET WILL ½”
ABOVE FINISHED FLOOR.
One Park Square
6501 Americas Pkwy NE, Ste. 300
Albuquerque, NM 87110
phone 505.883.5200
fax 505.883.5390
Date: September 10, 2013
ADDENDUM NO. #2
Project Name:
CNM Black Box Theater Renovations Bid #T-2905
This Addendum forms a part of the Contract Documents and modifies the original “CNM BLACKBOX
THEATER RENOVATIONS” package dated August 14, 2013 & Specifications Document dated August 14,
2013 know to here-with as the “ Bidding Documents “ noted below. Acknowledge receipt of this Addendum
in the space provided on the Request for Proposal Form. Failure to do so may subject the Bidder to
disqualification.
This Addendum consists of 18 pages, 0 pages of Specifications, 0 pages of Revision Sketches, 0 full size
Drawings and 15 pages of miscellaneous information.
PRIOR APPROVALS:
The following manufacturers have been approved as acceptable equals to those specified, provided that the
proposed items are in accordance with the function, material, physical size and meet the design intent
specified. Contract requirements are not waived by these prior approvals and it shall be the responsibility of
the Contractor to verify that these products are in accordance with the Drawings and Specifications prior to
including them in his/her bid. The items submitted for prior approval have only been reviewed for general
conformance since complete and detailed submittals have not been made at this time. The Architect is not
responsible for detailing or performance problems arising during construction due to the substitution of
materials.
1. Section 098413 FIXED SOUND-ABSORPATIVE PANELS – AVL Systems, Inc. TheaterBlack
Acoustical Board, 2” Thickness is prior approved.
Addendum To The Specifications:
Item No. Spec. Section
Addendum To The Drawings:
Item No. Drawing
1.01
1.02
1.03
EL-101
A-601
A-501
1.04
A-501
Delete General Note A. on sheet EL-101.
Change door schedule to show Door Type “A” for door # 101 and door #102.
Replace Package 4 Audience Seating with attached new sections and equipment
descriptions.
Replace Package 1 Theatrical Lighting System Specifications with attached new
sections.
CNM Blackbox Theater Renovation
PROJECT NO. 0496
General Instructions:
Item No.
1.05
1.06
Pre-bid meeting sign-in sheet was not included in Addendum #1. See attached sign-in sheet.
All questions received after Tuesday September 3, 2013 and by Friday September 6, 2013 are
answered in this addendum.
1. Question: Sheet A-101, Note 9 – Free Standing L-shaped desk and task chair, are
these owner furnished? Answer: See addendum #1 for clarification of contractor
furnished desk and chair.
2. Question: Door Schedule calls out doors Type C for bathroom doors 101 & 102
but Door Type C is not shown on the door type on Sheet A-601. Answer: See
changes to drawings per Addendum #2.
3. Sheet A-101, Note 7 – Wall-mounted projection screen – Is this contractor
furnished and contractor installed? What about projector itself? Answer:
Contractor furnished Wall-mounted projection screen, see Addendum #1 for
specifications. Projector is owner furnished owner installed.
4. Question: Sheet AD-101, Note 12 – Remove existing unit heater wall-vent, infill
with CMU and brick. Does this conflict with sheet A-101, Note 4? (New door as
scheduled) Answer: No. Per the Building Elevation D1 on Sheet A-202 the wall
vent demo/infill is located above the location of the new door, there is no
conflict.
5. Question: Does the contractor or owner pay the cost for testing concrete?
Answer: Owner shall pay for testing concrete.
6. Question: Besides concrete & mortar testing, is testing required trenching for
back-fill and asphalt patch material? Answer: No. Testing is not required for
testing for trenching for back-fill and asphalt patch.
7. Question: Is there a designated testing lab for this job? Answer: Not at this time.
8. Question: Is electrical power required for the projector and if so in what location?
Answer: Outlet at ceiling per EP-101, identified as circuit AV-10 has been
located to support the owner furnished, owner installed projector.
9. Question: Does the projector have any other low voltage sound and signal
cabling requirements? Answer:
10. Question: On sheet A-501 package specifications 1, 3 and 4 are listed, but no
package 2 is shown. Is this an omission? Answer: There is no package 2.
11. Question: Has the plan been reviewed by the City of Albuquerque? Who is
responsible for the plan review fee? Answer: Plans were reviewed by CID.
Permit is ready for pickup upon full payment of fee by contractor.
12. Question: On the plans, in the lobby area the floor raises 2+ inches from the
bathrooms. Will this meet the ADA requirements? Answer: Yes, all flooring
within the facility is specified to align with the raised sacrificial floor.
13. Question: Sheet EL-101 General Notes A. states that theatrical lighting and
associated controls shall be by others. Answer: General Note A on Sheet EL-101
is deleted per Addendum #2.
14. Question: In Addendum 1 – pages 79-90 – Package 3 – Softgoods: There is no
mention of any drapery track or installation. Are tracks required? Is installation
required? If yes, please specify or identify this as a materials only bid. Answer:
No installation is required. This is a materials only bid.
15. Question: In Addendum 1 – Pages 41-74 – Theatre Lighting: There is no mention
of installation or training. Is installation required? Is training required? If yes,
please specify or identify this as a materials only bid? Answer: No training or
installation is required. This is a materials only bid.
16. Question: In Addendum 1 – Pages 75-77 – LED House Light: A) There are no
quantities listed. Please clarify quantities. B) There is no mention of installation.
ADDENDUM #1
Page 2
CNM Blackbox Theater Renovation
PROJECT NO. 0496
Is this a materials only bid? C) Are any control cables required? If yes, please
specify. D) Para. 4 – B – Control: lists “Optional Control of the LED House
Light shall be via wireless DMX for use with and optional wireless DMX
transmitter.” Do you require an optional bid for this? If yes please Specify
make/model. Answer: A) This is listed in the above revised spreadsheet to be
included in Addendum #2. B) Same as answer to A. C) No installation required,
information is included in the specs. D) Not requested.
By: Susan Johnson
Principal
cc:
File
encl: Sign – in Sheet, Theatrical Seating Specifications and Equipment Descriptions, Theatrical Lighting
Specifications
All other provisions and conditions of the Drawings and Specifications remain unchanged.
file:
\\NTSERVER4\Education\CNM Blackbox\10-Bidding & Addendums
END OF ADDENDUM No. 2
ADDENDUM #1
Page 3
PACKAGE 1 SPECIFICATIONS
THEATRICAL LIGHTING SYSTEM
LIGHTING CONTROL
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER QTY
ETC
ETC
ELO
LITTLIGHT
Ion 1000 (1024 Outputs)
FADW 2x10
1928L (Dark Gray) (Verify Comaptab
18XR-LED
ETC Ion 1000 Console
Fader Wing 2x10
ELO 19" Touchscreen DK Gray
18" LED Gooseneck Task light for Ion Console
1
1
2
1
LIGHTING INSTRUMENTS
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER QTY
STRAND
PLZS1-2444-03 (GR)
18
PLFR1-03 (GR)
18
20BDMF
PLCYC1-03 (GR)
18
6
WL1B 08030K PX
6
STRAND
STRAND
STRAND
LIGHT SOURCE
PLPROFILE1 LED
WITH PL INTERCONNECT BOX, C-CLAMP & SAFETY
CABLE INSTALLED
PLFRESNEL1 LED
WITH PL INTERCONNECT BOX, C-CLAMP & SAFETY
CABLE INSTALLED
ACCLAIM FRESNEL BARN DOOR
PLCYC LED
WITH C-CLAMP & SAFETY CABLE INSTALLED
LED DIMMING 115 WATT FRESNEL WORK LIGHT
WITH C-CLAMP & SAFETY CABLE INSTALLED
DATA/POWER CABLE
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER QTY
LEX
LEX
LEX
DMX-5P-5
DMX-5P-10
DMX-5P-15
DMX CABLE SHIELDED 5-PIN (5')
DMX CABLE SHIELDED 5-PIN 10')
DMX CABLE SHIELDED 5-PIN (15')
10
22
20
PACKAGE 1 SPECIFICATIONS
LEX
LEX
LEX
LEX
LEX
LEX
LEX
LEX
LEX
LEX
LEX
NSI/LEVITON
DMX CABLE SHIELDED 5-PIN (25')
DMX CABLE SHIELDED 5-PIN (50')
DMX TERMINATOR 5-PIN
15 Amp, EDISON Extension with Extra Hard Usage cord (10')
15 Amp, EDISON Extension with Extra Hard Usage cord (15')
15 Amp, EDISON Extension with Extra Hard Usage cord (25')
15 Amp, EDISON Extension with Extra Hard Usage cord (50')
20 Amp, 12/3 SJ E PowerCON extension (5')
20 Amp, 12/3 SJ E PowerCON extension (10')
20 Amp, 12/3 SJ E PowerCON extension (15')
POWERCON/EDISON FEED THRU ADAPTER
4 CHANNEL PORTABLE DMX DIMMER PACK
DMX-5P-25
DMX-5P-50
DMX-5P-TERM
PE7000-10-515
PE7000-15-515
PE7000-25-515
PE7000-50-515
PE700J-5-PCN
PE700J-10-PCN
PE700J-15-PCN
3123J-515/PCN
D4DMX004MD5
8
2
2
10
12
5
2
10
20
15
4
2
ACCESSORIES
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER QTY
MISC
#4 BLACK TIE LINE (600' ROLL)
CITY THEATRICALM SIZE SANDWICH PATTERN HOLDER FOR PL1PROFILE
ROSCO
M SIZE STANDARD STEEL GOBO
CITY THEATRICALDROP IN IRIS FOR PL1PROFILE
#4 BLACK TIE LINE (600' ROLL)
M SIZE
TO BE SPECIFIED BY CNM
N/A
1
10
20
2
PACKAGE 4 (AUDIENCE SEATING)
AUDIENCE PLATFORMS
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER
WENGER
WENGER
WENGER
WENGER
WENGER
WENGER
WENGER
WENGER
WENGER
WENGER
WENGER
WENGER
280A200.113
280A101.116
280A101.111
281A404.102
281A404.100
3' X 6' STAGETEK PLATFORM, ICE
12" FIXED LEG ASSEMBLY KIT (4 PACK)
24" FIXED LEG ASSEMBLY KIT (4 PACK)
6' STANDARD GAURDRAIL
3' STANDARD GAURDRAIL
BOX STEP 6" RISE X 32" W TO MATCH STAGETEK
STAGETEK PIE DECK 3' X 41", ICE
STAGETEK PIE DECK 3' X 68", ICE
12" FIXED LEG (SINGLE)
24" FIXED LEG ASSEMBLY KIT (4 PACK)
60" STANDARD GUARDRAIL FOR ABOVE
UNIVERSAL DECK AND RAIL CART
CUSTOM
280A202.101
280A202.102
280A100.130
280A100.105
281A404.104
113J001
QTY
12
6
6
6
8
8
2
2
8
8
2
3
AUDIENCE SEATING
MANUFACTURER DESCRIPTION
MODEL OR CATALOGUE NUMBER
WENGER
WENGER
027A101.112
027A036
PORTABLE AUDIENCE CHAIR STANDARD
STORAGE CART FOR AUDIENCE CHAIR
QTY
60
3
PORTABLE AUDIENCE SEATING CHAIR
Specification Sheet
Section 12711
PART 1 - GENERAL
1.01
1.02
DESCRIPTION
A.
Fully upholstered, portable folding chair with automatic seat uplift. Chair
standards are mounted on welded steel plate protected with rectangular
rubber cushions. Back cushion is shaped to provide lumbar support for
long-term comfort.
B.
Automatic spring-loaded seat rise returns seat to an upright position when
not occupied. Arm rests initiate folding for putting in storage.
C.
The chair folds for storage and transport on optional cart.
D.
Each chair is equipped with a ganging device for solid, orderly rows.
REFERENCES
A.
B.
1.03
ANSI/BIFMA X5.1-2002.
ASTM F851-87 (2000).
SUBMITTALS
A.
Product data.
B.
Shop Drawings: Assembly and installation drawings showing product
components in assembly with adjacent materials and products.
C.
Contract Closeout Submittals:
1. Cleaning and Maintenance Data.
2. Warranty.
1.04
QUALITY
A.
1.05
The chair shall be Wenger 027A001 Standard Portable Audience Chair
by Wenger Corporation, 555 Park Drive, Owatonna, MN 55060 or equal
in design, material, quality and durability.
WARRANTY
Wenger Corporation
PH: 1-800-733-0393
Page 1
14PORTAUDSEATING
DATE: 10/10/07
A.
Provide written warranty stating that products found not in
accordance with the requirements of the contract documents within a
period of five years after date of delivery shall be corrected promptly after
receipt of written notice from owner.
PART 2 – MATERIALS AND CONSTRUCTION
2.01
CHAIR FRAME
A.
Steel chair frame is constructed with 16-gauge continuous, electric
welded 1 x 2 inches rectangular steel tube.
1.
Frame color: Black powder coat.
Chair seat returns to an upright position when not occupied. The seat
plate is fixed to the front standards. Independent seat fold action is by
means of two double tension springs, which provide noiseless tilting
mechanism. Legs and armrests pivot on steel rivets.
2.02
B.
Chair height: 32 inches; seat height: 17-½ inches.
C.
Available in single-, double- or triple-chair configurations.
D.
Available in widths of 21” – 26”, outside-to-outside dimension
referencing single-chair configuration.
SEAT AND BACK
A.
Seat and back upholstery: 100% Marquesa® Lana Polypropylene
1.
2.03
Colors: Choose from Absecon Mills Sherpa & Shire 105 standard
colors.
B.
Seat Cushions: 2-1/2”-thick, high-resiliency polyurethane foam
cushion glued onto a five-ply, 3/8” contoured hardwood plywood
structure completely fabric covered. HR polyurethane foam, flameretardant, allergy-proof, odorless and moisture-proof glued to plywood
structure.
C.
Back Cushion: One-inch thick, high-resiliency polyurethane with a fiveply, 3/8” contoured hardwood plywood substrate.
D.
Underseat and seatback: Fabric-covered.
ARMREST
Wenger Corporation
PH: 1-800-733-0393
Page 2
14PORTAUDSEATING
DATE: 10/10/07
A.
2.04
2.05
FINISH
A.
Metal: Baked enamel coating finish electrostatically applied.
B.
Wood: Black lacquer.
ACESSORIES
A.
2.06
Yellow birch hardwood, rounded corners, fixed to top of standards. Black
lacquer finish.
Storage/Transport Cart
1.
Chair capacity: 24.
2.
Steel frame construction with casters.
3.
Loaded dimensions (inches): 79H x 82W x 38D.
4.
Unloaded dimensions (inches): 70H x 82W x 38D.
B.
Number Sets, magnetic or self-adhesive, brushed gold finish with black
lettering.
C.
Letter Sets, magnetic or self-adhesive, brushed gold finish.
D.
Bland Donor Plates, magnetic or self-adhesive, brushed gold finish.
E.
Drink Holder, plastic, right side (when seated in chair).
F.
Armrest Relief to accept blank donor plate (specify left or right side when
seated in chair).
G.
Upholstery option to meet California Technical Bulletin 133. (Standard
upholstery meets California Technical Bulletin 117).
DUST COVER
A.
Designed to work with chairs when stored on the storage transport
cart.
B.
Vinyl-coated polypropylene.
L
Wenger Corporation
PH: 1-800-733-0393
Page 3
14PORTAUDSEATING
DATE: 10/10/07
PART 3 - EXECUTION
3.01
INSTALLATION
A.
3.02
Install per manufacturer’s recommended installation.
CLEANING
A.
Clean metal, wood and fabric surfaces after installation.
B.
Remove packing materials and construction debris from site.
END OF SECTION
Wenger Corporation
PH: 1-800-733-0393
Page 4
14PORTAUDSEATING
DATE: 10/10/07
[SECTION 11 61 23 – FOLDING AND PORTABLE STAGES AND RISERS]
[SECTION 11062 – FOLDING AND PORTABLE STAGES AND RISERS]
PART 1 - GENERAL
1.1
SECTION INCLUDES
A.
Portable stage platforms.
B.
Portable seating-platform risers.
1.2
RELATED SECTIONS
A.
Division 01 Section "Special Project Procedures for Music Education Facilities" for coordinating
installation of related products.
B.
Division 01 Section "Sustainable Design Requirements" for related LEED general requirements.
1.3
REFERENCES
A.
B.
American Hardboard Association
1.
AHA A135.4: Basic Hardboard.
IBC and ASTM Load Ratings Standards:
1.
2009 International Building Code; SECTION 1607 LIVE LOADS; TABLE 1607.1 MINIMUM
UNIFORMLY DISTRIBUTED LIVE LOADS AND MINIMUM CONCENTRATED LIVE LOADS.
(Uniform loading in PSF for Stages and platforms in Assembly areas and theaters)
2.
2009 International Building Code; SECTION 1604 GENERAL DESIGN REQUIREMENTS;
TABLE 1604.3 DEFLECTION LIMITS (Deflections for floor members as l/XXX)
3.
2009 International Building Code; SECTION 1714 IN-SITU LOAD TESTS; SECTION
1714.3.2 Load test procedure not specified. (24 hour duration test at 2x design load)
4.
ASTM E2322-03 Standard Test Method for Conducting Transverse and Concentrated Load
Tests on Panels used in Floor and Roof Construction Section 10 (Applying uniform load via
air bag) Section 11 (Applying concentrated load via 25.4mm diameter pin, measurement
method, max load)
5.
ASTM E661-03 Standard Test Method for Performance of Wood and Wood-Based Floor and
Roof Sheathing Under Concentrated and Impact Loads. Section 4,6 (Applying concentrated
load via 25mm & 76mm diameter loading disks, loading location)
6.
ASTM Standard for Stair and Tred Loads
C.
ASTM International
1.
ASTM B 221: Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire,
Profiles, and Tubes.
2.
ASTM B 429: Specification for Aluminum-Alloy Extruded Structural Pipe and Tube.
3.
ASTM B85: Standard Specification for Aluminum Alloy Die Castings.
ASTM A513: Standard Specification for Electric-Resistance-Welded Carbon and Alloy Steel
4.
Mechanical Tubing
5.
ASTM A1011: Standard Specification for Steel, Sheet and Strip, Hot Rolled, Carbon,
Structural, High-Strength Low Alloy, High-Strength Low Alloy With Improved Formability,
and Ultra High Strength.
D.
NFPA International
1.
NFPA 701: Fire Tests for Flame-Resistant Textiles and Films.
E.
U.S. Department of Commerce, National Institute of Standards and Technology
1.
DOC APA PS 1: U.S. Product Standard for Construction and Industrial Plywood.
WENGER CORP.
[11 61 23][11062] FOLDING AND PORTABLE STAGES AND RISERS
Page 2 of 8 PS-0144 Revision 1
F.
1.4
US Green Building Council (USGBC):
1.
Leadership in Energy and Environmental Design (LEED) Green Building Rating System.
PERFORMANCE REQUIREMENTS
A.
1.5
Structural Performance:
1.
Stage Platforms and Risers: Standard Uniform Load 4’X8’ Deck: 125 lbf/ft. 2 (6 kN/ m2).
Heavy-Duty Uniform Load 4’X8’ Deck with additional 5th leg: 200 lbf/ft. 2 (9.6 kN m2)
2.
Stage Platforms and Risers: Dynamic Live Load: Side load of 15% of total Uniform Live
Load: 600lb (2.7 kN) side load on a 4’ X 8’ platform under a total Uniform Live Load of
4,000 lbs (17.8 kN)
3.
Stage Platforms and Risers: Point Load: 1,500lb (6.7 kN) applied via 1” (2.5 cm) diameter
pin.
4.
Stage Platforms and Risers: Fully replaceable components including corners, frame and
wood deck. Replaceable in the field with common tools.
5.
Treads of Stairs: Uniform Load: 500 lbs (227 Kg) per 36” X 11” tread. (91.44 cm X 27.94
cm), and concentrated load: 300 lbs (136 Kg) on area of 12 sq. in. (77.4 sq. cm): Total
Uniform Load of 1,000 lbs (454 Kg) per stair assembly.
6.
Guard Rail Concentrated Load: 200 lbf (0.89 kN) applied at any point in any direction.
7.
Guard Rail Uniform Load: 50 lbf/ft. (0.73 kN/m) applied to top rail.
8.
Intermediate Rails, Panels, and Baluster Concentrated Load: 50 lbf (0.22 kN) applied to 1
sq. ft. (0.093 sq. m) area.
9.
Guard Rail In-Fill Panel compliant with IBC 4” (10 cm) sphere code.
SUBMITTALS
A.
Product Data: Manufacturer’s data sheets and installation instructions.
B.
Manufacturer Product Certificates: For stage-drapery fabric and carpet.
C.
LEED Submittals:
1.
Credit EQ 4.4: Manufacturer’s certificate indicating that composite wood products and
adhesives used contain no urea formaldehyde.
D.
Shop Drawings: Prepared by manufacturer. Include elevations showing components and details
of each condition of installation. Show fabrication and installation details and relationship to
adjacent work. Include plans, elevations, sections, and details, and relationship to other work.
1.
[Indicate seismic bracing meeting project seismic design requirements.]
E.
Samples: For stage deck construction and drapery fabric.
F.
Operation and Maintenance Data.
G.
Warranty: Submit sample meeting warranty requirements of this Section.
1.6
QUALITY ASSURANCE
A.
Manufacturer Qualifications: Approved manufacturer listed in this section, with minimum [5]
years experience in manufacture of stages, platforms, and risers in use in similar environments.
Obtain [stage platforms] [and] [risers] through one source from a single approved
manufacturer.
1.
Approval of Comparable Products: Submit the following in accordance with project
substitution requirements, within time period allowed for substitution review:
a.
Product data.
b.
Samples of each component of product specified.
c.
Project references: Minimum of 5 installations not less than [5] years old, with
owner contact information.
WENGER CORP.
[11 61 23][11062] FOLDING AND PORTABLE STAGES AND RISERS
Page 3 of 8 PS-0144 Revision 1
d.
2.
3.
List of successful installations of similar products available for evaluation by
Architect.
e.
Sample warranty.
Submit substitution request not less than 15 days prior to bid date. Substitutions following
award of contract are not allowed except as stipulated in Division 01 General
Requirements.
Approved manufacturers must meet separate requirements of Submittals Article.
B.
Fire-Test-Response Characteristics: Provide products meeting the following fire-test-response
characteristics.
1.
Stage Drapery Fabric: Flame resistant per NFPA 701.
2.
Carpet: Critical radiant flux classification of not less than 0.45 W/sq. cm per ASTM E 648.
C.
Source Limitations: Obtain the following products through one source from a single approved
manufacturer[ in accordance with Division 01 Section "Special Project Procedures for
Music Education Facilities"]:
1.
Sound control door assemblies.
2.
Acoustical room components.
3.
Acoustical shells.
4.
Folding and portable stages and risers.
5.
Orchestra pit fillers.
6.
Music education storage casework.
7.
Sound conditioned rooms.
1.7
DELIVERY, STORAGE, AND HANDLING
A.
1.8
Deliver, store, and handle [stage platforms] [and] [risers] in accordance with manufacturer’s
recommendations. Ship to jobsite only after roughing-in, painting work, and other related finish
work has been completed and installation areas are ready to accept units and recommended
temperature and humidity levels will be maintained during the remainder of construction.
WARRANTY
A.
Special Warranty: Manufacturer's written warranty indicating manufacturer’s intent to repair or
replace components of [stage platforms] [and] [risers] that fail in materials or workmanship
within [5] years from date of Substantial Completion. Failures are defined to include, but are not
limited to, the following:
1.
Fracturing or breaking of unit components which results from normal wear and tear and
normal use other than vandalism.
2.
Delamination or other failures of glue bond of components.
3.
Warping of components not resulting from leaks, flooding, or other uncontrolled moisture
or humidity.
PART 2 - PRODUCTS
2.1
MANUFACTURERS
A.
B.
Basis of Design: [Stage platform] [and] [riser] design is based upon products of the
manufacturer listed below. Provide basis of design product or approved comparable product.
Comply with requirements of Part 1 Quality Assurance Article for approval of products not named
below.
Wenger Corporation, Owatonna, MN; Telephone: (800)4WENGER (800-493-6437); Email:
[email protected]; Website: www.wengercorp.com.
1.
Basis of design product: [StageTek Staging System] [and] [StageTek Seated Riser
System].
WENGER CORP.
[11 61 23][11062] FOLDING AND PORTABLE STAGES AND RISERS
Page 4 of 8 PS-0144 Revision 1
2.
2.2
[Specifier: Insert additional product manufacturers meeting requirements of
Quality Assurance Article above, if required for project.]
MATERIALS
A.
Aluminum: Complies with ASTM Standards listed above in section 1.3 C
B.
Materials Meeting Sustainable Design Requirements:
1.
Provide [stage platforms] [and] [risers] made with products and adhesives that
contain no urea formaldehyde.
C.
Softwood Plywood: DOC APA PS1.
D.
Hardboard: AHA A135.4, Tempered Grade.
E.
Hardware and Fasteners: Manufacturer's standard non-corroding type, permanently mounted to
units, remaining set or tightened under load and vibration in service, and designed to preclude
user contact with sharp edges.
2.3
FABRICATION
A.
2.4
General: Provide portable stages and risers meeting requirements of Performance Requirements
Article, with the following characteristics:
1.
Portable and storable in space indicated.
2.
Easily set up and disassembled without use of special tools or loose fasteners.
3.
Modular and reconfigurable.
4.
Platform components replaceable with common tools to include corners, frame sections,
and platform decking.
5.
Platforms supported by individual legs that are storable inside the platform frame.
6.
Platforms designed for comfortable and secure power-grip (closed-grip) anywhere around
entire deck perimeter.
7.
Lightweight leg sets/understructures - 40” (101 cm) tall or shorter weigh less than 10 lbs
(4.5 kg).
[STAGE PLATFORMS] [AND] [SEATED RISERS]
A.
Frame: Extruded 6063-T6 aluminum, 4 inches tall (101.60 mm), with hidden contours to accept
attachments. Rounded 1.5” (38.1 mm) hand-hold area open to accept power-grip (closed-grip)
around entire perimeter. Frame components are repairable and replaceable.
B.
Corners: Cast 380 aluminum corner assembly engages leg 3 inches (76.2 mm) and secures leg
with a full-length 2.75 inches (69.85 mm) convex brace driven by a threaded bolt operated with a
nylon t-handle. Corner assemblies are repairable and replaceable.
C.
Legs: Legs operate individually and are constructed of extruded 6063-T6 aluminum round tube,
2.50 inch diameter (63.5 mm) with a wall thickness of .075 inch (1.905 mm). Standard fixedheight legs available in 8, 16, 24, 32, and 40-inch (200, 410, 610, 810, and 1020 mm) high, as
required for layout indicated. Non-marking cap. Legs to store resting on frame rails or in clamping
brackets within deck frames.
1.
Custom length legs: Provide where required for layout indicated.
2.
Legs and understructures: To secure into corner pockets and to stay in place when
decks are lifted and moved.
3.
Adjustable legs: Provided where indicated. Constructed of extruded 6063-T6 aluminum
tube, 2.50 inch diameter (63.5 mm) with a wall thickness of .0750 inch (1.905 mm) with an
adjustable threaded foot for infinite adjustability plus or minus 2 inch (50.8 mm) from
nominal length of leg. The foot will provide a non-marking rubber pad.
4.
Telescoping legs: Provide where indicated. Standard Telescoping Legs available in 3
configurations adjusting between 16 inches to 28 inches (40.64 cm to 71.12 cm), 24 inches
WENGER CORP.
[11 61 23][11062] FOLDING AND PORTABLE STAGES AND RISERS
Page 5 of 8 PS-0144 Revision 1
to 40 inches (60.96 cm to 101.60 cm), and 30 inches to 54 inches (76.20 cm to 137.16
cm). Nominal height adjustment in increments of 4 inches (101.6 mm) secured with springloaded quick-release pin. Constructed of extruded 6063-T6 aluminum round outer tube,
2.50 by .075 inch (63.5 by 1.905 mm) telescoping over a 2” by .125” (50.8 by 3.17 mm)
inner tube. With an adjustable threaded foot providing for fine adjustability between
beyond nominal set length of leg. The foot will provide a non-marking rubber pad. Inner
and outer Tubes secured with non-rattling bushings and will not pull apart from each other.
D.
2.5
Deck Panels: Manufacturer's standard panel construction, 3/4-inch (19-mm) overall thickness,
consisting of minimum 1/2-inch (12-mm) thick plywood substrate with finish surfaces consisting
of [1/8-inch (3-mm) tempered hardboard[, with painted top surface] [black 0.030"
(.76-mm) thick Standard Textured polypropylene with black smooth HDPE backer
sheet.] [black 0.050" (1.27-mm) thick Heavy Duty textured polypropylene with black
smooth HDPE backer sheet.] [manufacturer's standard carpet, with plywood bottom]
[plywood substrate ready to receive scheduled field-applied carpet], edged with
extruded aluminum.
1.
Panel Dimensions: Manufacturer's standard sizes, as required for layout indicated.
ACCESSORIES
A.
Guards and Railings: Complying with performance requirements specified in Part 1, clampattached without tools, lower horizontal rail acts as chair stop. Optional infill panels bring Guard
Rails into compliance with International Building Code specifying that a 4” sphere object can not
pass through the railing.
B.
Ramps: Complying with performance and accessibility requirements specified in Part 1,
adjustable to meet platform height, portable and compatible with platform panel storage cart.
C.
Stairs: [Fixed] [Articulating] stair set, sized as required by platform layout, with handrails
and slip-resistant treads.
D.
Box Step: Single relocatable box step equipped with clamps for fixing in place, height as
required, located as indicated.
E.
Leg Storage Clips: Provide bottom-of-deck panel leg storage clips.
F.
Chair Stops: Clamp on leg stop, able to be installed and demounted without tools constructed
of tube steel. Semi-permanent Chair Stop constructed of extruded PVC and secured into deck
with screws.
G.
Storage Cart: Steel tube-framed, folding transport cart with heavy-duty 8-inch (200- mm)
casters and clamping safety strap. Provide number of carts required for layout indicated. Cart
designed to carry up to 6 decks or 6 guardrails. Combinations of decks and guardrails can be
stored on cart.
H.
Closure Panels: Closure panels matching Standard textured horizontal surface, not less than
3/4-inch (19-mm) thick plywood, secured with tool-free snap attachment located as follows:
1.
Front of unit.
2.
Sides of unit.
3.
Intermediate risers.
I.
Curtain [Closures] [and] [Backdrops]: Manufacturer's standard stage-drapery-fabric curtain
closures with hanging accessories, as follows:
1.
Skirting closures.
2.
Backdrop closure, 8-foot- (2.4 m-) high, with metal frame.
3.
Color: As selected by Architect from manufacturer's full range.
WENGER CORP.
[11 61 23][11062] FOLDING AND PORTABLE STAGES AND RISERS
Page 6 of 8 PS-0144 Revision 1
2.6
FINISHES
A.
Metal Finishes: Aluminum: Mill finish.
B.
Opaque Finish for Hardboard: 100 percent acrylic latex primer, specially formulated for adhesion
to impermeable surfaces, 2-coat, satin finish, black. Basis of design product: Rosco, Tough Coat
Primer, www.rosco.com.
PART 3 - EXECUTION
3.1
INSTALLATION
A.
Install units in location as directed to verify components are complete and operational.
B.
Train Owner's personnel to adjust, operate, and maintain units.
C.
Disassemble units following approval and store in location indicated.
D.
Turn over operation and maintenance instructions to Owner.
[END OF SECTION 11 61 23]
[END OF SECTION 11062]
WENGER CORP.
[11 61 23][11062] FOLDING AND PORTABLE STAGES AND RISERS
Page 7 of 8 PS-0144 Revision 1
Submittals and Substitution Request Reviews: When reviewing substitution requests for other products for compliance with this specification, Wenger recommends particular attention to the following issues:
WENGER CORP.
[11 61 23][11062] FOLDING AND PORTABLE STAGES AND RISERS
Page 8 of 8 PS-0144 Revision 1
One Park Square
6501 Americas Pkwy NE, Ste. 300
Albuquerque, NM 87110
phone 505.883.5200
fax 505.883.5390
Date: October 4, 2013
ADDENDUM NO. #1
Project Name:
CNM Black Box Theater Renovations Bid #T-2910 REBID
This Addendum forms a part of the Contract Documents and modifies the original “CNM BLACKBOX
THEATER RENOVATIONS” package dated August 14, 2013 & Specifications Document dated August 14,
2013 know to here-with as the “ Bidding Documents “ noted below. Acknowledge receipt of this Addendum
in the space provided on the Request for Proposal Form. Failure to do so may subject the Bidder to
disqualification.
This Addendum consists of 10 pages total, 7 pages of Specifications, 0 pages of Revision Sketches, 0 full size
Drawings and 3 pages of miscellaneous information.
PRIOR APPROVALS:
The following manufacturers have been approved as acceptable equals to those specified, provided that the
proposed items are in accordance with the function, material, physical size and meet the design intent
specified. Contract requirements are not waived by these prior approvals and it shall be the responsibility of
the Contractor to verify that these products are in accordance with the Drawings and Specifications prior to
including them in his/her bid. The items submitted for prior approval have only been reviewed for general
conformance since complete and detailed submittals have not been made at this time. The Architect is not
responsible for detailing or performance problems arising during construction due to the substitution of
materials.
1. none
CNM Blackbox Theater Renovation
PROJECT NO. 0496
Addendum To The Specifications:
Item No. Spec. Section
1.01
S00010 Invitation to Bid;
1.01.1 Bid Number; Delete Bid Number T-2905. Insert new Bid Number T2910
1.01.2 Section B. Receipt of Bids; Delete first sentence. Insert the following new sentence:
“The Owner will receive sealed Bids from Bidders until 3:00PM local time (MDT) on
Wednesday, October 16, 2013 at Central New Mexico Community College (CNM),
Main Campus, 525 Buena Vista SE, A Building, Room #A128, Albuquerque, new
Mexico, 87106.”
1.01.3 Section F. Additional Information, Sub Paragraph 1., delete in its entirety.
1.02
S00100 Instruction to Bidders;
1.02.1 Specification Footer; Delete footer in its entirety and insert the following: “Instructions to
Bidders Bid #T-2910. Advertised Sunday October 6, 2013 Copyright CNM 2012. All
rights reserved. CNM”
1.02.2 Section 1.08 Sub-Contractors, Sub-paragraph A. Listing, Sub-sub-paragraph 1.
Subcontractors and Suppliers; delete the word “suppliers” from title.
1.02.3 Section 1.08 Sub-Contractors, Sub-paragraph A. Listing, Sub-sub-paragraph 1.
Subcontractors and Suppliers, Sub-sub-sub-paragraph a. Remove all references within
this paragraph to “material suppliers”.
1.02.4 Section 1.16 Subcontractors (New Mexico Subcontractors Fair Practices Act). Remove
all references within this section to “suppliers”.
1.03
S00200 Bid Response Form – Bid for Lump Sum Contract; Delete section in its entirety. Insert new
Section S00200. See attached.
1.04
S00300 AIA Document A201-2007; Page 5; Project title; Delete “T-2905”. Insert the new text “T2910”.
1.05
S00400 Wage Rate
1.05.1 Specification Footer; Delete footer in its entirety and insert the following: “Instructions to
Bidders Bid #T-2910. Advertised Sunday October 6, 2013 Copyright CNM 2012. All
rights reserved. CNM”
1.05.2 Page Count; Delete “24”. Insert “6”.
Addendum To The Drawings:
Item No. Drawing
none
ADDENDUM #1
Page 2
CNM Blackbox Theater Renovation
PROJECT NO. 0496
General Instructions:
Item No.
1.01
CNM is Rebidding this project under the new bid number T-2910. No changes to the bid package
T-2905 inclusive of addendums 1 and 2 as previously issued unless otherwise noted within this
addendum. All addendums and drawings available at Albuquerque Reprographics. All contractors
who provided a bid for T-2905 will receive this addendum via Albuquerque Reprographics.
By: Susan Johnson
Principal
cc:
File
encl: S00200 Bid Response Form
All other provisions and conditions of the Drawings and Specifications remain unchanged.
file:
\\NTSERVER4\Education\CNM Blackbox Rebid\10-Bidding & Addendums
END OF ADDENDUM No. 1
ADDENDUM #1
Page 3
SECTION 00200
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
(hereinafter called the Bidder), organized and existing
under the Laws of the State of
, 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-2910 RE-BID for “CNM Blackbox Theater
Renovation”, 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) 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 1.10 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-2910 RE-BID, Advertise on Sunday, October 6, 2013
1
SECTION 00200-
No.
dated____________. No.
dated____________. No.
dated ____________.
A. BASE BID PROPOSAL: Bidder agrees to perform the Work required for construction of
Bid #T-2910 RE-BID, “CNM Blackbox Theater Renovation”. 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.).
BASE BID _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
Total (Base Bid)
($______________________________________________________________).
(Amounts to be shown in both words and figures. In case of discrepancy, the amount shown in words
will govern.)
LIST ALTERNATES if APPLICABLE
ALTERNATE # 1 Install Translucent Canopies at Lobby Ceiling. Basis of Design USG Translucent
Canopy Element-Wave, 2x6, Color Mandarin Iridescent..
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
2
SECTION 00200-
Total Alternate # 2 Repair existing masonry site wall where identified on Drawings
Sum ($________________________________________________________).
Dollars($______________________________).
(Figure)
ALTERNATE # 3 Theatrical Lighting Package
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
C. SUBCONTRACTOR LISTING:
The following subcontractors 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.
The listing threshold for the Project is $5,000.00.
Category of Work
Subcontractor Name
City or County of Subcontractors
place of business
1. DIV 03 Concrete
2. DIV 04 Masonry
3. DIV 05 Steel
4. DIV 06 Sacrificial Floor
5. DIV 07 Roof
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
3
SECTION 00200-
6. DIV 08
Frames
Doors
and
7. DIV 09 Drywall
8. DIV 09 Tile
9. DIV 09 Paint
10. DIV 09
Panels
Acoustical
11. DIV 22 Plumbing
12. DIV 23 HVAC
13. DIV 26 Electrical
14.
15.
16.
17.
18.
19.
20.
21.
22
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
4
SECTION 00200-
23.
24.
25.
26.
27.
D. AWARDING CONTRACT: Bidder understands that the Contract in the form of the Contract
Documents (as may be modified in accordance with paragraph 1.0.2.A of Instructions to Bidders) will be
awarded in accordance with the provisions under paragraph 1.06 of Instructions to Bidders and that the
Owner reserves the right to reject any or all Bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90)
calendar days after the scheduled closing time for receiving Bids.
Upon receipt of written notice of the acceptance of this Bid, Bidder will execute the final Contract in the
form of the Contract Documents within ten (10) days and deliver payment and performance bonds as
required by paragraph 1.09 of the Instructions to Bidders.
The Bid Security attached, using AIA Form 310, other acceptable form, or cashiers check in the sum of
5% of the total amount Bid:
Dollars ($
).
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. Non-responsive offers will not be
considered for award.
Offerors wishing to receive the residential preference as applicable per nmsa 13-1-21 must submit
a valid residential preference certificate with their sealed response.
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
5
SECTION 00200-
Offerors wishing to receive the veteran resident business preference as applicable per nmsa 13-122 must submit a valid veteran resident business preference certificate with their sealed response.
Respectfully submitted,
By __________________________________________________
(Legal Company name)
___________________________________________________________________________
(Address/City/State/Zip code)
(
)________________________
Telephone number
(
)______________________
Fax number
_____________________________________________________________________________
(E-mail address)
__________________________________________________
(Signature)
_____________________
(Date)
__________________________________________________
(Typed Name and Title of Above)
(SEAL, if bid is by corporation) _____________________________
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
6
SECTION 00200-
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-2910 RE-BID, Advertise on Sunday, October 6, 2013
7
SECTION 00200-
One Park Square
6501 Americas Pkwy NE, Ste. 300
Albuquerque, NM 87110
phone 505.883.5200
fax 505.883.5390
Date: October 10, 2013
ADDENDUM NO. #2
Project Name:
CNM Black Box Theater Renovations Bid #T-2910 REBID
This Addendum forms a part of the Contract Documents and modifies the original “CNM BLACKBOX
THEATER RENOVATIONS” package dated August 14, 2013 & Specifications Document dated August 14,
2013 know to here-with as the “ Bidding Documents “ noted below. Acknowledge receipt of this Addendum
in the space provided on the Request for Proposal Form. Failure to do so may subject the Bidder to
disqualification.
This Addendum consists of 9 pages total, 7 pages of Specifications, 0 pages of Revision Sketches, 0 full size
Drawings and 0 pages of miscellaneous information.
PRIOR APPROVALS:
The following manufacturers have been approved as acceptable equals to those specified, provided that the
proposed items are in accordance with the function, material, physical size and meet the design intent
specified. Contract requirements are not waived by these prior approvals and it shall be the responsibility of
the Contractor to verify that these products are in accordance with the Drawings and Specifications prior to
including them in his/her bid. The items submitted for prior approval have only been reviewed for general
conformance since complete and detailed submittals have not been made at this time. The Architect is not
responsible for detailing or performance problems arising during construction due to the substitution of
materials.
1. none
Addendum To The Specifications:
Item No. Spec. Section
1.01
S00200 Bid Response Form – Bid for Lump Sum Contract; Replace List of Alternates,
ALTERNATE #3 with - ALTERNATE #3 Theatrical Lighting Package as defined on A-501
“Package 1 Specifications Theatrical Lighting System.”
Add List of Alternates, ALTERNATE #4 Access ladder for roof. See sheet A-202. ALTERNATE
#5 Theatrical Soft Goods Package alternative fullness. Base bid as described on A-501. This
alternate is for same quantities as base bid quoted with 50% fullness in lieu of sewn flat. See
attached Bid Response Form with changes.
Addendum To The Drawings:
Item No. Drawing
A-501
THEATER SOFTGOODS (CURTAINS, BORDERS & CYCLORAMA) SPECIFICATIONS;
Delete Paragraph A, Subparagraph 1 in its entirety. Insert new Paragraph A, Subparagraph 1 to
read as follows: 1) All black masking to be quoted using rosebrand marvel 21oz cotton velour,
treated flame retardant, or equivalent.
CNM Blackbox Theater Renovation
PROJECT NO. 0496
General Instructions:
Item No.
None
By: Susan Johnson
Principal
cc:
File
encl: S00200 Bid Response Form
All other provisions and conditions of the Drawings and Specifications remain unchanged.
file:
\\NTSERVER4\Education\CNM Blackbox Rebid\10-Bidding & Addendums
END OF ADDENDUM No. 2
ADDENDUM #1
Page 2
SECTION 00200
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
(hereinafter called the Bidder), organized and existing
under the Laws of the State of
, 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-2910 RE-BID for “CNM Blackbox Theater
Renovation”, 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) 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 1.10 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 ____________.
No.
dated____________. No.
dated____________. No.
dated ____________.
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
SECTION 00200- 1
A. BASE BID PROPOSAL: Bidder agrees to perform the Work required for construction of
Bid #T-2910 RE-BID, “CNM Blackbox Theater Renovation”. 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.).
BASE BID _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
Total (Base Bid)
($______________________________________________________________).
(Amounts to be shown in both words and figures. In case of discrepancy, the amount shown in words
will govern.)
LIST ALTERNATES if APPLICABLE
ALTERNATE # 1 Install Translucent Canopies at Lobby Ceiling. Basis of Design USG Translucent
Canopy Element-Wave, 2x6, Color Mandarin Iridescent..
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
SECTION 00200- 2
ALTERNATE # 2 Repair existing masonry site wall where identified on Drawings.
SUM ($________________________________________________________).
Dollars($______________________________).
(Figure)
ALTERNATE # 3 Theatrical Lighting Package as defined on A-501 “Package 1 Specifications.
Theatrical Lighting System.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
ALTERNATE # 4 Access ladder for roof. See sheet A-202.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
ALTERNATE # 5 Theatrical Soft Goods Package alternative fullness. Base bid as described on A-501.
This alternate is for same quantities as base bid quoted with 50% fullness in lieu of sewn flat.
SUM _________________________________________________________
(Written)
Dollars($______________________________).
(Figure)
C. SUBCONTRACTOR LISTING:
The following subcontractors 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.
The listing threshold for the Project is $5,000.00.
Category of Work
Subcontractor Name
City or County of Subcontractors
place of business
1. DIV 03 Concrete
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
SECTION 00200- 3
2. DIV 04 Masonry
3. DIV 05 Steel
4. DIV 06 Sacrificial Floor
5. DIV 07 Roof
6. DIV 08 Doors and
Frames
7. DIV 09 Drywall
8. DIV 09 Tile
9. DIV 09 Paint
10. DIV 09 Acoustical
Panels
11. DIV 22 Plumbing
12. DIV 23 HVAC
13. DIV 26 Electrical
14.
15.
16.
17.
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
SECTION 00200- 4
18.
19.
20.
21.
22
23.
24.
25.
26.
27.
D. AWARDING CONTRACT: Bidder understands that the Contract in the form of the Contract
Documents (as may be modified in accordance with paragraph 1.0.2.A of Instructions to Bidders) will be
awarded in accordance with the provisions under paragraph 1.06 of Instructions to Bidders and that the
Owner reserves the right to reject any or all Bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90)
calendar days after the scheduled closing time for receiving Bids.
Upon receipt of written notice of the acceptance of this Bid, Bidder will execute the final Contract in the
form of the Contract Documents within ten (10) days and deliver payment and performance bonds as
required by paragraph 1.09 of the Instructions to Bidders.
The Bid Security attached, using AIA Form 310, other acceptable form, or cashiers check in the sum of
5% of the total amount Bid:
Dollars ($
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
).
SECTION 00200- 5
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. Non-responsive offers will not be
considered for award.
Offerors wishing to receive the residential preference as applicable per nmsa 13-1-21 must submit a
valid residential preference certificate with their sealed response.
Offerors wishing to receive the veteran resident business preference as applicable per nmsa 13-1-22
must submit a valid veteran resident business preference certificate with their sealed response.
Respectfully submitted,
By __________________________________________________
(Legal Company name)
___________________________________________________________________________
(Address/City/State/Zip code)
(
)________________________
Telephone number
(
)______________________
Fax number
_____________________________________________________________________________
(E-mail address)
__________________________________________________
(Signature)
_____________________
(Date)
__________________________________________________
(Typed Name and Title of Above)
(SEAL, if bid is by corporation) _____________________________
BID #T-2910 RE-BID, Advertise on Sunday, October 6, 2013
SECTION 00200- 6
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-2910 RE-BID, Advertise on Sunday, October 6, 2013
SECTION 00200- 7