Loading...
HomeMy WebLinkAbout20130517.tiffCITY OF EST .836 COME PAINT YOUR FUTURE WITH US March 1, 2013 Weld County Board of County Commissioners 1150 O Street PO Box 758 Greeley, CO 80632 City of Fort Lupton Claud W. Hanes City Administrator 130 S. McKinley Avenue Fon Lupton, Colorado 80621 Subject: Rejection of NSP house renovation bids Office: 303-857-6694 Fax: 303-857-0351 e -mar: chanes@Ar5rpton.org www.fortlupton org It has been determined that the bidding process for the remodel of the four Neighborhood Stabilization(NSP) Project houses, was flawed. We therefore request that the Weld County Board of County Commissioners reject all bids and re -bid the project. It is the City's understanding Weld County will utilize their processes and complete a re -bid of the four NSP properties. Thank you, if you have any questions; don't hesitate to contact me. Claud W. Hanes City Administrator City of Fort Lupton Cc: Fort Lupton Mayor and City Council 2'013-L519 (fW ant) Commissioners, TO: Board of County Commissioners FROM: Bob Choate, Assistant County Attorney DATE: February 21, 2013 SUBJECT: NSP3 Rehabilitation Contracts; Fort Lupton This memorandum is to update you on the status of the NSP3 grant program in Fort Lupton. On February 20, you approved the bid recommendation of Weld County Housing Director Tom Texiera for rehabilitation of four Fort Lupton properties purchased with grant funds from the Neighborhood Stabilization Program grant program. After discussion, you also approved a professional services agreement to be used as a contract for rehabilitation services with the awarded bidder. After review of the Intergovernmental Agreement between Weld County and the City of Fort Lupton, it appears that the County has previously agreed that the City of Fort Lupton would be the contracting agency for these services. 3. Responsibilities of City. City shall have the following responsibilities • d. For the houses purchased by the [Housing Authority], to determine those improvements necessary to enable resale, to contract for said work, to ensure that contractors working on the houses have insurance adequate to protect the Parties to this Agreement, and to inspect said improvements to ensure they are completed accurately and in accordance with City's zoning and building codes. Intergovernmental Agreement Concerning Administration of Neighborhood Stabilization Program 3, paragraph 3.d., 2011-1396; HA0029 (emphasis added). Jeanelle Anderson with the City of Fort Lupton agrees that the City is the appropriate agency to contract for these services. She indicates that the City will do so, in accordance with the IGA. The Board of County Commissioners' action in approving the bid, as recommended by staff, is still valid and appropriate under the IGA (paragraph 2). No further action is necessary by the Board. Please let me know if you have any questions or concerns. Respectfully, '52 St Bob Choate oru/3 - 05/'7 /`//9 &2..S() AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made this day of 2013, by and between , whose address is hereinafter referred to as "Contractor," and the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1 150 "O" Street, Greeley, Colorado 80631, hereinafter referred to as "County." WHEREAS, County desires to retain Contractor as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contractor has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contractor. County hereby retains Contractor, and Contractor hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement shall be from the date of execution, and shall be terminated upon completion of all terms contained herein, or otherwise as provided herein. In no case shall this Agreement be valid beyond December 31, 2013. 3. Services to be Performed. Contractor agrees to perform the Services listed or referred to in Exhibit A, Housing Rehabilitation Services Invitation to Bid, attached hereto and incorporated herein. Contractor further agrees to be bound by the terms of Contractor's responsive bid to the Invitation to Bid, as attached hereto as Exhibit B and incorporated herein. 4. Compensation. a. County agrees to pay Contractor for services performed and at rates as provided in Exhibits A and B. Charges shall be based on the time actually spent performing the services, but shall exclude travel time. b. Payment to Contractor shall be made within thirty (30) days of presentation of a proper claim by Contractor, itemizing services performed. 5. Additional Work. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the panics and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work 1 2013-0517 covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Independent Contractor. Contractor shall perform its duties hereunder as an independent contractor and not as an employee. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contractor nor any agent or employee of Contractor shall be deemed to be an agent or employee of County. Contractor and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and (b) provide proof thereof when requested to do so by County. 7. Warranty. Contractor warrants that services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. 8. Reports County Property. All reports, test results and all other tangible materials produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance of Product not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the work. Acceptance by the County of, or payment for, any services performed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 10. Insurance and Indemnification. Contractor shall defend and indemnify County, its officers and agents, from and against loss or liability arising from Contractor's acts, errors or omissions in seeking to perform its obligations under this Agreement. Contractor shall provide necessary workers' compensation insurance at Contractor's own cost and expense. 2 11. Termination. Either party may terminate this Agreement at any time by providing the other party with a 90 day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of an early termination, Contractor shall be paid for work performed up to the time of notice and County shall be entitled the use of all material generated pursuant to this Agreement. 12. Non -Assignment. Contractor may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 13. Access to Records. County shall have access to Contractor's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. 14. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered by certified mail, return receipt requested, postage prepaid to the other party at that party's address as stated above. 17. Compliance With Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. 19. Certification. Contractor certifies that Contractor is not an illegal immigrant, and further, Contractor represents, warrants, and agrees that it has verified that Contractor does not employ any illegal aliens. If it is discovered that Contractor is an illegal immigrant, employs illegal aliens or subcontracts with illegal aliens, County can terminate this Agreement and Contractor may be held liable for damages. 20. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 3 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 22. No Conflict. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void 28. Public Contracts for Services. C.R.S. 48-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract and will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the Department program established pursuant to C.R.S. §8-17.5-102(5)(e). Contractor shall not knowingly employ or contract with an illegal alien to 4 perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the subcontractor and Weld County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the Department program, Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for damages. 29. Employee Financial Interest/Conflict of Interest. C.R.S. S&24-18-201 et seq. and 24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contractor has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 5 IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written below. CONTRACTOR: By: Title: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: William F. Garcia, Chair Weld County Clerk to the Board BY: Deputy Clerk to the Board 6 ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US CITY COUNCIL OF FORT LUPTON, STATE OF COLORADO, BY AND THROUGH ITS FINANCE DIRECTOR DATE: January 24, 2013 THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF THE CITY OF FORT LUPTON. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 7. I. NOTICE TO BIDDERS A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, wishes to purchase the following: Housing Rehabilitation Services 913 Cottonwood Court Neighborhood Stabilization Grant B. Sealed or faxed bids the above stated merchandise, equipment, and/or services will be received at the office of the City of Fort Lupton Finance Director, 130 South McKinley Avenue, Fort Lupton, Colorado, 80621 until: Tuesday, Feb. 12th — at 10:00 A.M. C. OPtiA HOUSE inspections of property: Tuesday, January 29th from 8:00 A.M to 11:00 A.M. or by appointment. D. It is tentatively scheduled to be presented to the Weld County Commissioners on February 13, 2013. II. INVITATION TO BID A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, requests bids for the purchase of the above -listed merchandise, equipment, and/or services. B. Said product shall be for the benefit of: CITY OF FORT LUPTON, 130 S. McKinley Ave. FORT LUPTON, COLORADO 80621. C. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the City of Fort Lupton to pay if awarded the bid. D. All bids must be sealed in envelopes that have the bid number and title of the bid typed or printed in plain sight. One original and one copy of the Bid must be submitted at the time of the bid opening. One complete bid document, which will be the only official copy of the bid, shall be filed at the finance department. After certification of the bid, by finance, the other copy will be sent to the applicable department(s) for review. Bids may be faxed to 303-857-6090 attention finance; and the vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". (If faxing your bid, please send hard copy of bid for our files). 1IPag ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US III. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the City of Fort Lupton Finance Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Finance Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Finance Director received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. Late or unsigned bids may not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the City of Fort Lupton Finance Department on or prior to the time indicated in Section I., entitled "Notice to Bidders." F. When approximate quantities are stated, the City of Fort Lupton reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to the City of Fort Lupton shall be new and of the manufacturer's current model unless otherwise specified. I. In accordance with purchasing procedures of the City of Fort Lupton, the Council will give preference to residents of the City of Fort Lupton in all cases where said bids are competitive in price and quality. It is also understood that the Council of the City of Fort 2Pae� ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US Lupton will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of the City. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which are made by the City of Fort Lupton, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Finance Director. No employee of the City of Fort Lupton is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Finance Director. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless the City of Fort Lupton, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. All goods shall remain the property of the seller until delivered to and accepted by the City of Fort Lupton. N. Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Finance Director for the premature opening of a bid not properly addressed and identified. O. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Council of the City of Fort Lupton within a reasonable time or period constitutes a contract. The Fort Lupton City Council, reserves the right to reject any and all bids, to waive any informalities in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. P. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Finance Director. It is understood that it is necessary for all invoices to be made out to the City of Fort Lupton, not to the Department securing the merchandise. All invoices should be sent to: Fort Lupton Finance Department, 130 South McKinley Avenue, Fort Lupton, CO 80621. Q. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of 3 I'a _ ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which arc regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of the City of Fort Lupton that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B. Pre -delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Finance Director of the City of Fort Lupton. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by the City of Fort Lupton. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. Delivery date will be noted on page 6 of the bid packet. The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to the City of Fort Lupton pursuant to this bid conform to the minimum City specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to the City of Fort Lupton and its successors and assigns. E. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by the City of Fort Lupton, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to the City of Fort Lupton. F. General Information: Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. 5I'ap: ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US City of Fort Lupton HOUSING REHABILITATION BID SOLICITATION DESCRIPTION OF WORK ADDRESS: 913 Cottonwood Court This home is being renovated using funds from the Neighborhood Stabilization Program. This two- bedroom, two -bath home was purchased by the City of Fort Lupton. The City is seeking bids from qualified contractors to complete the rehabilitation of this project. Specific requirements for the rehabilitation are listed below. Work is presented below related to (1) general requirements, (2) exterior, including landscaping, and (3) interior. All paint colors, floor coverings, cabinets, cabinet layout etc. are to be selected by owner using brands selected by contractors meeting specifications below. All bids must be delivered in a sealed envelope prior to February 4, 2013, at 10:00 A.M. Address for delivery is: City of Fort Lupton 130 South McKinley Ave Fort Lupton, CO 80621 ATTENTION: Jeanette Andersen The home will be open for inspection on January 291h from 8:00 a.m. until 11:00 a.m. or by appointment. Complete and return the summary bid sheet located at the end of this document after the description of work. Note that bids must be valid for 90 days from bid date and work must be completed with 90 days of the date the notice to proceed is signed by both parties. Failure to complete the project on time will result in a daily fine of $250 unless a written change is issued and signed by both parties. GENERAL REQUIREMENTS FINAL CLEAN Remove from site all construction materials, tools and debris. Sweep clean all exterior work areas. Vacuum all interior work areas, removing all visible dust, stains, labels and tags. Clean all windows referenced in specifications. PERMITS All required permits, including, but not limited to, electrical, plumbing, HVAC, etc. shall be obtained by the contractor. FINAL INSPECTIONS It is the responsibility of the contractor to ensure that the home passes all necessary inspections upon the completion of the rehab. This includes but is not limited to local inspection of project, energy audit and HUD's Housing Quality Standards. NEW MATERIALS REQUIRED All materials used in connection with this work write-up are to be new, of first quality and without defects - unless stated otherwise or pre -approved by Owner and Construction Specialist. 6Pagc ************** REQUEST NO. FTL130105 ************** COME PAINT 'YOUR FUTURE WITH US 1 YEAR GENERAL WARRANTY Contractor shall remedy any defect due to faulty material or workmanship and pay for all damage to other work resulting there from, which appear within one year from final payment. Further, contractor shall furnish owner with all manufacturers' and suppliers' written warranties covering items furnished under this contract prior to release of the final payment. WORK TIMES Contractors and their sub -contractors shall schedule working hours between 8:00am and 6:00pm Monday through Friday. Requests to work on weekends and before or after these hours must be approved by the homeowner. EXTERIOR I. REPLACE WINDOWS THROUGHOUT HOME Remove and appropriately discard entire existing window units throughout the house. If siding is disturbed, must be repaired upon completion. Install new Low E double pane vinyl windows, white in color, "Energy Star" seal, and minimum u -factor of 0.35. All windows should fit existing openings (unless noted below) and be complete with screens, locks, and all necessary hardware. Include wrapping of windows at exterior and trimming at interior as needed. Caulk and seal at perimeter of windows inside and out. Tempered glass to be used where required by code. For patio door: remove existing patio door and appropriately discard. Provide and install new double pane sliding door white in color meeting same specs as for windows, including trim, etc. Frame in the areas where kitchen sliding doors have changed in size. WINDOW CHART TOTAL WINDOWS REPLACED: Living (Upstairs) 1 Dining Room 0 windows, replace sliding glass door with full glass door, center to current sliding doors Kitchen 0 Bath (downstairs) Bedroom l 1 Bedroom 2 1 Bath (upstairs) 1 Hall (upstairs) 0 Den (left side) 2 Family Room *right side) 2 2. EXTERIOR DOORS Remove, package and dispose of front doors, frame and casing. Install pre -hung, insulated, 6 panel, metal skinned doors including magnetic weather stripping, interlocking threshold, wide angle peep site, half glass, dead bolt and entrance lock -sets (crescent glass on front door and half glass on two other exterior doors). Re -trim opening with 1" x 6" casing and brick molding. Prime and prep all wood. The two doors should have entrance lock set, and mortised dead bolt keyed alike (also garage service door). Include three 3"x4" butt hinges, vinyl bulb threshold, spring metal weather-stripping, door sweep, and wide angle 7 I'ag: ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US peep sight. 3. FLATWORK Remove areas of concrete in front of the house and re -seed area, expand concrete pad to accommodate two cars (see attached drawing). Remove side entrance and stairs, repair siding and replace to match. 4. SIDING Repair existing siding and trim where discolored, cracked or warped. 5. BACK DECK Back deck area should be removed and a 10 x 10 deck rebuilt per code. 6. EXTERIOR PAINTING Scrape, prime and paint all exterior painted surfaces. 7. SHED Shed in the back yard should be removed and disposed of appropriately. All building materials stacked in the back yard should be disposed of, leaving yard clear of debris. 8. REPLACE GUTTER, 5" SEAMLESS ALUMINUM Dispose of existing gutter. Install 5", K- type, seamless, .027 gauge aluminum gutter to service roof. Color choice by owner. Install extensions as necessary to run water away from house. 9. HOUSE NUMBER SET Install 3" high metal or PVC house numbers on a 1"x 4" pine backer -board painted with 2 coats of low-VOC exterior white latex paint. 10. MAILBOX Dispose of mailbox and install a steel, black enamel finish, letter -size mail box with magazine rack and lock -eye for padlock. INTERIOR 11. DRYWALL REPAIR Drywall on walls and ceilings should be replaced or repaired as necessary. Insulate behind walls to the highest level of R -value possible. Repair or replace trim as necessary. Paint ceilings two coats in FLAT CEILING WHITE & walls in EGGSHELL OR SATIN finish cut -in neatly to trim & at all corners & edges. Paint used by the contractor shall be low-VOC (volatile organic compounds) and free of any lead or mercury. All areas shall be properly cleaned upon completion of painting. 12. HAND RAILS Hand rails should be installed in all areas with more than 3 risers. 13. KITCHEN REPLACE CABINETS, COUNTER TOP, SINK AND APPLIANCES. CABINETS: Upper cabinets will be either: a) 42" installed to ceiling OR b) will be 36" trimmed with a stained 8IPage ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US oak crown, OR c) will be 36" with a trimmed drywall or plywood soffit. Install upper cabinets constructed of solid hardwood face -frames and doors with 1/2" plywood carcasses & floors. Carcasses will be joined using metal or plastic corner bracing. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor and approve cabinet layout based upon plan submitted by the contractor. COUNTER TOP: Install high density Formica countertops. Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low-VOC caulking to match wall color. Owner will select countertop color from among options presented by the contractor. APPLIANCES • ELECTRIC STOVE, 30"-- Install a white, 30" wide electric stove including oven and electrical connections. • REFRIGERATOR, 18 CF, ENERGY STAR --Install an ENERGY STAR approved 2 -door, top freezer, white, frost free refrigerator with at least 17.5 -cubic feet. 8491 DISHWASHER, 2 - CYCLE --Provide and install a 24" white, 2 -cycle, built- in Energy Star® labeled dishwasher including all alterations and connections to plumbing and electric system. Whirlpool #: 267844 Models: DUB l 1 SWPU - or - GE Model G S D I 300NWW Garbage disposal should be replaced with new SINK, DOUBLE BOWL COMPLETE: Install a 22 -gauge 33" x 22" x 7" double bowl, stainless steel, self rimming kitchen sink including a steel, metal body faucet, rated at 2.0 GPM or less, with a 15 -year drip- free warranty, grease trap, supply lines, full port ball type shut-off valves & escutcheon plates on all supply & drain lines. NOTE: All copper is to be soldered (no compression fittings) & all PVC fittings glued. 14. BATH(S)—Upstairs and downstairs INSTALL BATH CABINETS, WOOD WALL -PLYWOOD: Install vanity using same cabinets as selected for the kitchen. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor, as with kitchen. INSTALL COUNTER TOP: Install high density Formica countertop selected by owner (same as kitchen). Field measure for counter sizing. Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet a square edged recycled material counter top. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low-VOC caulking to match wall color. Owner's choice of in -stock color and texture. FAUCET, LAVATORY SINGLE LEVER: Install a washer -less, single control, metal bodied faucet with a 15 - year drip -free warranty and a maximum flow rate of 2.0 GPM. Include chromed brass shut off valves and trap if not existing. BATHTUB/SHOWER, 5' FIBERGLASS, COMPLETE: Install a 5', 4 piece, 60" x 30" x 72" Tub/Shower - Complete Unit fiberglass tub and shower unit complete with lever operated pop up drain and overflow, PVC waste, single lever shower diverter, shower rod 9 ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US SHOWER HEAD, 2 -GPM: Install a chrome -plated brass shower head with a maximum 2.0 gallons per minute flow rate. Include arm where required. Note: any low -flow showerhead should be controlled by a valve that has been designed, tested, and verified to function safely at the reduced flow rate. COMMODE, REPLACE Dual Flush, 2008: Install a "Dual Flush," 2 piece, close coupled, white, vitreous china commode with flow rates of 1.6 and .9 GPF for its respective high and low flushes, such as a TOTO Aquia CST414M Elongated Front, Dual Flush commode Toilet Kit, or any commode tested through the latest "Maximum Performance" (MaP) testing sponsored by Canadian Water and Wastewater Association (CWWA), the California Urban Water Conservation Council (CUWCC), the U.S.-Canadian Alliance for Water Efficiency (AWE) and Veritec Consulting Inc. that has shown to score 800 or better on the MaP Flush Performance test (grams of solid waste removed in a single flush). See the following link for the January 2008 report. http://www.cwwa.ca/pdf files/Map%2011th%20Edition%20Full%20Reporti.pdf Include a manufacturer's approved plastic or pressed wood white seat, supply pipe, shut-off valve, and wax seal. FAN/LIGHT FIXTURE -ENERGY STAR, 2008: Install an Energy Star approved ceiling -mounted Fan/Light fixture rated for a min 100 watts w/ an exterior ducted vent fan capable of min. 80-CFM operating at 1 Sone or less, vented w/ damper to exterior such as NuTone QTREN080FLT. Switch fan & light using a single switch with a time delay for the fan such as the EFI Fan/Light Time Delay Switch part # 5100.505 (in Ivory) http://www.eneugvfederation.org/consumer/default.php/cPath/39 766 134 or equipped with a humidistat sensor. Install 4" metal duct and vent to the exterior ideally through a wall or gable end using a 4" hooded vent with damper. All duct seams shall be sealed with duct mastic. Insulate the ductwork with vinyl or foil faced R-6 minimum duct insulation. Repair any damage to the ceiling installation and air seal fan/light assembly to the ceiling with low-VOC caulk. ACCESSORY SET, CHROME: Install a chrome -plated steel bathroom accessory set consisting of one 24" towel bars and toilet paper holder. 15. REPLACE FLOORING THROUGHOUT HOUSE FLOOR SPECIFICATIONS: Room Current Flooring Finish Flooring Application (see specs below) Living Room Tile Tile Dining Room Tile Tile Kitchen Tile Tile Bath (downstairs) Tile Vinyl Bedroom 1 Carpet Carpet Bedroom 2 Carpet Carpet Den Tile Carpet Family Room Tile Carpet Bath (upstairs) Tile Vinyl Hall/Stairs Tile Viyl 10 P a rc ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US REQUIREMENTS RELATED TO ABOVE FLOORING: CARPET AND PAD, REMOVE AND REPLACE: Remove carpet, pad, metal edge strips and tack strips to a code legal dump. Install FHA approved, Nylon/Olefin blend cut pile weave carpet. Install over a matched 1/2" medium density re -bond pad w/ a minimum of seams. Carpet and Pad must meet the Carpet and Rug Institute's Green Label certification. Stretch carpet to eliminate puckers, scallops & ripples. Include tackless strips, metal edge strips & mending tape to cover entire floor including closets. Use same carpet in all locations specified. VINYL If necessary install 1/4" underlayment grade plywood, using 7d screw shank or cement coated nails, or narrow crown staples, 6" on center allowing a 1/4" gap at wall. Install 070" thick, backed vinyl sheet goods w/ minimum seams, per manufacturer's recommendations. Caulk edges of vinyl w/clear silicone caulk to create positive seal. Install metal edge strips in openings & shoe molding. 16. UTILITY CLOSET DRYER VENT Install 4" rigid aluminum vent tubing from the specified dryer location to a 4" wall mounted dryer vent hood with a back -flow preventer and NO screening. Do not fasten with nails, screws or other fasteners that protrude into the interior of the exhaust duct. Seal all seams in the system with duct mastic or aluminum foil tape, not duct tape. Secure duct and hood to framing. CLOTHES WASHING MACHINE HOOK-UP Install a two-inch PVC stand pipe with trap, and a single lever "quick shutoff' washing machine valve with hot and cold threaded hose outlets to service a washing machine. WASHER CIRCUIT 110\20 -AMP Install a flush or surface mounted duplex outlet for a washing machine on a separate 20 -amp circuit using #12 copper NM cable. DRYER CIRCUIT, 30 -AMP Install 220 volt, 30 amp, surface mounted receptacle on an individual circuit. 17. HVAC FURNACE 90+ GAS — REMOVE AND REPLACE: Remove existing furnace, recycle all metal components and dispose of all other materials in a code legal dump. Install a 90+ gas fired forced air furnace with minimum AFUE rating of 90% on 2" patio block to existing duct work & gas line. New furnace to be vented with PVC piping per manufacturer's specifications. New furnace will have minimum limited warranties of: 20 years on heat exchangers; 5 years on parts. Include auto set back thermostat controls, vent pipe & new shut- off valve. Rework cold air return if necessary to ensure easy access, good fit & easy replacement of air filter. An exterior return air filter box shall be installed on one side, both sides, or bottom of new furnace. Seal all exposed duct joints as a part of this item with Duct Mastic. Remove all existing cloth duct tape prior to installing mastic. All registers in the home are to be sealed with caulk to prevent energy loss. Replace any registers if required. AIR CONDITIONING UNIT: Install a 1300 SEER air conditioning unit, model to be approved by owner. 11I1'a 2 2 ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US 18. PLUMBING ALLOWANCE All plumbing in the interior and exterior of the home should be inspected by a licensed plumber. Plumbing components should be replaced and redesigned as necessary in order to meet code. Ensure that hose bibs are installed at both the front and back of the house. 19. WATER HEATER, 40 GALLON GAS Install a 4- gallon, glass lined, high recovery, insulated to R-7, gas water heater with a 10 -year warranty. Include pressure and temperature relief valve, discharge tube to within 6" of floor or to outside of structure, vent, thimble, and gas piping from shut-off valve to fixture. Dispose of old water heater in code legal dump. 20. ATTIC SEALING WALL AND CEILING PENETRATIONS Seal all wall and ceiling penetrations created by plumbing, gas lines, electrical boxes and outlets with spray foam. Take care to seal all joints without excess foam. INSULATION Remove all existing insulation and re -insulate attic by blowing in cellulose. Determine amount of cellulose needed to achieve an R value of 50. Insulation of attic includes dense packing of any existing rafter bays. 21. ELECTRIC REWIRE TO CODE, REPLACE ALL LIGHT FIXTURES AS NECESSARY AND INSTALL COVER PLATES THROUGHOUT THE HOME. Rewire unit to current National Electric Code including but not limited to: surface mount GFI in bathroom & kitchen; 15 -amp grounded tamperproof receptacles on all usable walls; switched lights in all halls, kitchen, bathrooms, and utility room. Install Energy Star rated ceiling mounted fans in each bedroom and the living room with switch at room entrance. Install hard wired smoke and carbon monoxide detectors; phone outlets, cover plates; counter receptacles; and circuits. Fish all wire and repair all tear -out. Replace exterior lights with two lamp halogen, dusk to dawn fixture with motion activated higher light level function. LIGHTING REPLACEMENT CHART Room Light Fixture Type —Repair or Replace Living Room 0 Dining Room Fan (replace with overhead light, no fan) Kitchen 1 Bath (downstairs) 1 Bedroom 1 1 (replace with fan) Bedroom 2 1 (replace with fan) Den 1 Family Room 1 Bath (upstairs) 1 Hall/Stairs I Exterior -Front 1 Exterior --Back 1 Entry 1 12 I' a C ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US 22. CLOSETS CLOSET POLE Field measure and install 1-1/2" diameter wood closet pole and sockets in all three closets. RADON MITIGATION Install radon mitigation system per code. INSTALL SUMP PUMP 13Pagc ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US BID SUMMARY Address Company 913 Cottonwood Court ITEM DESCRIPTION $$COST Exterior 1 Window Replacement 2 Exterior Doors 3 Flatwork 4 Siding 5 Back Deck 6 Exterior Painting 7 Shed Removal 8 Gutters 9 House Numbers 10 Mailbox Interior 11 Drywall (Replace and/or repair) 12 Handrail 13 Kitchen 14 Baths (2) 15 Flooring 16 Utility Closet 17 HVAC 18 Plumbing 19 Water Heater 20 Attic 21 Electric 22 Closets 23 Radon Mitigation 24 Sump Pump TOTAL COST 14 ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US 9l:3 GQtfanuipool rerntiac ones v%p laCL O1LCZ4 -Sam, ai 040'61 4 AS CLS l Sei.7. 1 re -we steps a dopt arkt cacre-E titre - revwwr. -hAs eo✓•-eve FC/ y -e Sec A 15Pagc ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US Ms. Jeanelle Andersen Project Coordinator 130 South McKinley Avenue Fort Lupton, Colorado 80621 Dear Ms. Andersen: The undersigned having become familiar with the specifications for Housing Rehabilitation Services and deliver to the City of Fort Lupton as set forth in the following schedule: 913 Cottonwood Court $ DELIVERY DATE: I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes, and includes any applicable permits and fees for installation. I further certify that the items offered for intended use by the City of Fort Lupton will meet all specifications is has so indicated in this bid form. The Council of the City of Fort Lupton reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. The Council of the City of Fort Lupton shall give preference to residents of Fort Lupton bidders in all cases where the bids are competitive in price and quality. FIRM BY BUSINESS ADDRESS TITLE CITY, STATE, ZIP CODE DATE TELEPHONE NO FAX NO. TAXPAYER I.D.# DOES YOUR BID MEET OUR SPECIFICATIONS? YES NO CITY OF FORT LUPTON IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO.98-02812-0000. CITY OF FORT LUPTON FAX NUMBER IS #303-857-609 16 ************** REQUEST NO. FTL130105 ************** COME PAINT YOUR FUTURE WITH US CITY OF FORT LUPTON CERTIFICATION STATEMENT REGARDING ILLEGAL ALIENS The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with provisions of CRS 8-17.5-101 et seq. 2. The Vendor shall not knowingly employ or contract with an illegal alien to perform work under this purchase order or enter into a contact with a subcontractor that knowingly employs or contracts with an illegal alien. 3. The Vendor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, or (H) otherwise shall comply with the requirements of CRS 8-(2)(b)(I). 4. The Vendor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the City may terminate the above referenced purchase order for breach and the Vendor shall be liable for actual and consequential damages to the City. CERTIFIED and AGREED to this day of , 200 . VENDOR: (Full Legal Name) BY: Signature of Authorized Representative(s) VENDOR(S) CANNOT BEGIN WORK UNTIL THIS COMPLETED FORM IS RETURNED TO THE CITY OF FORT LUPTON. 171Page ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US CITY COUNCIL OF FORT LUPTON, STATE OF COLORADO, BY AND THROUGH ITS FINANCE DIRECTOR DATE: January 24, 2013 THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF THE CITY OF FORT LUPTON. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 7. I. NOTICE TO BIDDERS A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, wishes to purchase the following: Housing Rehabilitation Services 908 Fir Avenue Neighborhood Stabilization Grant B. Sealed or faxed bids the above stated merchandise, equipment, and/or services will be received at the office of the City of Fort Lupton Finance Director, 130 South McKinley Avenue, Fort Lupton, Colorado, 80621 until: Tuesday, Feb. 12« — at 10:00 A.M. C. OPEN 1(OUSE inspections of property: Monday, January 28'—" from 2:00 P.M to 5:00 P.M. or by appointment. D. It is tentatively scheduled to be presented to the Weld County Commissioners on February 13, 2013. Il. INVITATION TO BID A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, requests bids for the purchase of the above -listed merchandise, equipment, and/or services. B. Said product shall be for the benefit of: CITY OF FORT LUPTON, 130 S. McKinley Ave., FORT LUPTON, COLORADO 80621. C. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the City of Fort Lupton to pay if awarded the bid. D. All bids must be sealed in envelopes that have the bid number and title of the bid typed or printed in plain sight. One original and one copy of the Bid must be submitted at the time of the bid opening. One complete bid document, which will be the only official copy of the bid, shall be filed at the finance department. After certification of the bid, by finance, the other copy will be sent to the applicable department(s) for review. Bids may be faxed to 303-857- 6090 attention finance; and the vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". (If faxing your bid, please send hard copy of bid for our files). ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US Ill. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the City of Fort Lupton Finance Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Finance Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Finance Director received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. Late or unsigned bids may not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the City of Fort Lupton Finance Department on or prior to the time indicated in Section 1., entitled "Notice to Bidders." F. When approximate quantities are stated, the City of Fort Lupton reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. II. Any item supplied to the City of Fort Lupton shall be new and of the manufacturer's current model unless otherwise specified. ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US In accordance with purchasing procedures of the City of Fort Lupton, the Council will give preference to residents of the City of Fort Lupton in all cases where said bids are competitive in price and quality. It is also understood that the Council of the City of Fort Lupton will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of the City. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which are made by the City of Fort Lupton, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Finance Director. No employee of the City of Fort Lupton is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Finance Director. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless the City of Fort Lupton, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. All goods shall remain the property of the seller until delivered to and accepted by the City of Fort Lupton. N. Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Finance Director for the premature opening of a bid not properly addressed and identified. O. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Council of the City of Fort Lupton within a reasonable time or period constitutes a contract. The Fort Lupton City Council, reserves the right to reject any and all bids, to waive any informalities in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. P. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Finance Director. It is understood that it is necessary for all invoices to be made out to the City of Fort Lupton, not to the Department securing the merchandise. All invoices should be sent to: Fort Lupton Finance Department, 130 South McKinley Avenue, Fort Lupton, CO 80621. Q. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS 3IPag I I Y OF _.......... ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of the City of Fort Lupton that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B. Pre -delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Finance Director of the City of Fort Lupton. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by the City of Fort Lupton. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. Delivery date will be noted on page 6 of the bid packet. The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. 4]Paa ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid arc fit and sufficient for the purpose intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to the City of Fort Lupton pursuant to this bid conform to the minimum City specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to the City of Fort Lupton and its successors and assigns. E. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by the City of Fort Lupton, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to the City of Fort Lupton. F. General Information: Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. 5I1'a as ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US City of Fort Lupton HOUSING REHABILITATION BID SOLICITATION DESCRIPTION OF WORK ADDRESS: 908 Fir Avenue This home is being renovated using federal funds from the Neighborhood Stabilization Program. The City is seeking bids from qualified contractors to complete the rehabilitation of this project. All bids must be delivered in a sealed envelope prior to February 4, 2013 at 10:00 a.m. Address for delivery is: City of Fort Lupton 130 South McKinley Ave Fort Lupton, CO 80621 ATTENTION: Jeanelle Andersen The home will be open for inspection on January 28th from 2:00p.m. until 5:00p.m. or by appointment. Complete and return the summary bid sheet located at the end of this document after the description of work. Note that bids must be valid for 90 days from bid date and work must be completed with 90 days of the date the notice to proceed is signed by both parties. Failure to complete the project on time will result in a daily fine of $250 unless a written change is issued and signed by both parties. GENERAL REQUIREMENTS FOR WORK FINAL CLEAN Remove from site all construction materials, tools and debris. Sweep clean all exterior work areas. Vacuum all interior work areas, removing all visible dust, stains, labels and tags. Clean all windows referenced in specifications. PERMITS All required permits, including, but not limited to, electrical, plumbing, HVAC, etc. shall be obtained by the contractor. FINAL INSPECTIONS It is the responsibility of the contractor to ensure that the home passes all necessary inspections upon the completion of the rehab. This includes but is not limited to local inspection of project, energy audit and HUD's Housing Quality Standards. NEW MATERIALS REQUIRED All materials used in connection with this work write-up are to be new, of first quality and without defects - unless stated otherwise or pre -approved by Owner and Construction Specialist. 1 YEAR GENERAL WARRANTY Contractor shall remedy any defect due to faulty material or workmanship and pay for all damage to other work resulting there from, which appear within one year from final payment. Further, contractor shall furnish owner with all manufacturers' and suppliers' written warranties covering items furnished under this contract prior to release of the final payment. WORK TIMES Contractors and their sub -contractors shall schedule working hours between 8:00am and 6:00pm Monday through Friday. Requests to work on weekends and before or after these hours must be approved by the homeowner. EXTERIOR 6 ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US 1. REPLACE WINDOWS Remove and appropriately discard entire existing window units throughout the house. Install new Low E double pane vinyl windows, white in color with minimum 3/4" glazing, "Energy Star" seal, and minimum u -factor of 0.35. All windows should fit existing openings (unless noted below) and be complete with screens, locks, and all necessary hardware. Include wrapping of windows at exterior and trimming at interior as needed. Caulk and seal at perimeter of windows inside and out. Tempered glass to be used where required by code. Patio door in the kitchen should be removed existing patio door and appropriately discarded. Provide and install new double pane sliding door white in color meeting same specs as for windows, including trim, etc. Patio door in the master bedroom should be removed and replaced with window of same height and size as other bedroom windows. WINDOW CHART TOTAL WINDOWS REPLACED: Living Room 2 Kitchen 1 Dining Area Sliding door to be replaced plus one window Bedroom 1 Sliding door to be replaced with window plus 1 Bedroom 2 1 Bedroom 3 1 Bath (Full) 1 Bath (3/4) 1 Hall 0 2. EXTERIOR DOORS Remove, package and dispose of the front door, frame and casing. Install a pre -hung, insulated, 6 panel, metal - skinned door including magnetic weather stripping, interlocking threshold, wide angle peep site, dead bolt and entrance lock -sets (crescent glass). Re -trim opening with 1" x 6" casing and brick molding. Prime and paint, color to be selected by owner. Remove back door from basement and close off. 3. FRONT AND BACK DECKs AND STEPS Both front and back deck and steps should be removed and replaced with same size porches. The concrete steps to exterior basement door are to be removed and filled in with appropriate slope away from house. The porch from the back bedroom should be removed. 4. SIDING Replace siding and trim. Siding and paint colors determined by owner. Replacing all deteriorated exterior building components. Wrap home with Tyvek vapor/ infiltration bather. Hang vinyl clapboard siding (color selected by owner) with 50 year warranty, including all cornice, corner, door and window trim. 5. REPLACE ROOF Strip existing roofing material from structure to decking and remove same from site. Remove existing skylights. Replace decking in these areas and remove and replace decking elsewhere where damaged. Provide and install new felt paper under-layment, new 30 year architectural asphalt shingles (color per owner), modified roofing where required by code, valley flashing, plumbing flashing, sealing of chimney where needed, and new metal 7I':ty ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US drip edge at perimeter. Remove and replace any existing roof vents and add as needed to ensure code requirement for same is met. Include replacement of damaged freeze board. Install soffits and fascia. 6. REPLACE GUTTER, 5" SEAMLESS ALUMINUM Dispose of existing gutter. Install 5", K- type, seamless, .027 gauge aluminum gutter to service roof. Color choice by owner. Install extensions as necessary to run water away from house. 7. LANDSCAPING All trees and bushes should be trimmed away from house and foundation. All waste should be appropriately disposed of off -site. 8. DRIVEWAY Pave driveway area with pad large enough for two cars per city requirements. 9. HOUSE NUMBER SET Install 3" high metal or PVC house numbers on a 1"x 4" pine backer -board painted with 2 coats of low-VOC exterior white latex paint. 10. MAILBOX Install mailbox on post at the bottom of the front porch. INTERIOR 11. DRYWALL Remove drywall in any areas where present. Replace drywall throughout the home. Insulate behind walls to highest R value possible. Repair or replace trim as necessary. Paint ceilings two coats in FLAT CEILING WHITE & walls in EGGSHELL OR SATIN finish cut -in neatly to trim & at all corners & edges. Paint used by the contractor shall be low-VOC (volatile organic compounds) and free of any lead or mercury. All areas shall be properly cleaned upon completion of painting. 12. BASEMENT Remove all framing in the basement except load bearing walls to create unfinished basement. 13. KITCHEN REPLACE AND RECONFIGURE ALL KITCHEN CABINETS, WOOD WALL -PLYWOOD Remove & legally dispose of cabinets, countertops, appliances, etc. Install new kitchen cabinets, countertops, range hood and appliances according to specifications below. CABINETS: Upper cabinets will be either: a) 42" installed to ceiling OR b) will be 36" trimmed with a stained oak crown, OR c) will be 36" with a trimmed drywall or plywood soffit. Install upper cabinets constructed of solid hardwood face -frames and doors with 1/2" plywood carcasses & floors. Carcasses will be joined using metal or plastic corner bracing. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor and approve cabinet layout based upon plan submitted by the contractor. Current cabinets and layout will stay, countertops and sink will be replaced, and appliances provided. COUNTER TOP: Install high density Formica countertop. Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet a square edged 8Pag ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US counter top. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low-VOC caulking to match wall color. Owner will select countertop color from among options presented by the contractor. APPLIANCES • ELECTRIC STOVE, 30"-- Install a white, 30" wide electric stove including oven and electrical connections. • REFRIGERATOR, 18 CF, ENERGY STAR --Install an ENERGY STAR approved 2 -door, top freezer, white, frost free refrigerator with at least 17.5 -cubic feet. • 8491 DISHWASHER, 2 -CYCLE --Provide and install a 24" white, 2 -cycle, built- in Energy Star® labeled dishwasher including all alterations and connections to plumbing and electric system. Whirlpool #: 267844 Models: DU 811 S WPU - or - GE Model GSD1300NWW W W RANGE HOOD (EXTERIOR VENTED): Install an exterior ducted enameled range hood with integral minimum 2 -speed fan control and light switched separately capable of a minimum 100-cfm at a maximum of 10 sones. Attach hood to cabinet with screws. Include metal vent with all seams sealed with duct mastic, and roof or wall cap/damper assembly flashed appropriately for the exterior finish. Color choice is white. FAUCET, KITCHEN SINGLE LEVER: Install a single lever, washer -less, metal bodied faucet with 15 -year drip -free guarantee and maximum flow of 2 gallons per minute (2.0 GPM). SINK, DOUBLE BOWL COMPLETE: Install a 22 -gauge 33" x 22" x 7" double bowl, stainless steel, self rimming kitchen sink including a steel, metal body faucet, rated at 2.0 GPM or less, with a 15 -year drip- free warranty, grease trap, supply lines, full port ball type shut-off valves & escutcheon plates on all supply & drain lines. NOTE: All copper is to be soldered (no compression fittings) & all PVC fittings glued. 14. BATH (FULL) Install new cabinets, counter tops and sinks, replace toilet seat, remove frame for shower doors and replace with rod for shower curtain, check all plumbing, install new bath fan, sized appropriately. INSTALL BATH CABINETS, WOOD WALL -PLYWOOD: Install vanity using same cabinets as selected for the kitchen. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor, as with kitchen. INSTALL COUNTER TOP: Install high density Formica countertop (same as kitchen). Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low-VOC caulking to match wall color. Owner's choice of in -stock color and texture. SINK: Install sink in counter top and caulk around edges. FAUCET, LAVATORY SINGLE LEVER: Install a washer -less, single control, metal bodied faucet with a 15 - year drip -free warranty and a maximum flow rate of 2.0 GPM. Include chromed brass shut off valves and trap if not existing. BATHTUB/SHOWER, 5' FIBERGLASS, COMPLETE: Install a 5', 4 piece, Tub/Shower -Complete Unit fiberglass tub and shower unit complete with lever operated pop up drain and overflow, PVC waste, single lever shower diverter, shower rod SHOWER HEAD, 2 -GPM: Install a chrome -plated brass shower head with a maximum 2.0 gallons per minute 9 Pa +' ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US flow rate. Include arm where required. Note: any low -flow showerhead should be controlled by a valve that has been designed, tested, and verified to function safely at the reduced flow rate. FAN/LIGHT FIXTURE -ENERGY STAR, 2008: Install an Energy Star approved ceiling -mounted Fan/Light fixture rated for a min 100 watts w/ an exterior ducted vent fan capable of min. 80-CFM operating at 1 Sone or less, vented w/ damper to exterior such as NuTone QTREN080FLT. Switch fan & light using a single switch with a time delay for the fan such as the EFI Fan/Light Time Delay Switch part # 5100.505 (in Ivory) http://www.energyfederation.org/consumer/default.php/cPath/39 766 134 or equipped with a humidistat sensor. Install 4" metal duct and vent to the exterior ideally through a wall or gable end using a 4" hooded vent with damper. All duct seams shall be sealed with duct mastic. Insulate the ductwork with vinyl or foil faced R- 6 minimum duct insulation. Repair any damage to the ceiling installation and air seal fan/light assembly to the ceiling with low-VOC caulk. ACCESSORY SET, CHROME: Install a chrome -plated steel bathroom accessory set consisting of one 24" towel bars and toilet paper holder. 15. BATH (3/4 bath) Install new shower, cabinets, counter tops and sinks, replace toilet, check all plumbing, install new bath fan, sized appropriately. SHOWER: Install a 36"x36" one piece, fiberglass shower stall including PVC waste, molded base, metal two handle shower diverter, shower rod and shower head. INSTALL COUNTER TOP: Install high density Formica countertop selected by owner (same as kitchen). Seat all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low- VOC caulking to match wall color. SINK: Install sink in counter top and caulk around edges. FAUCET, LAVATORY SINGLE LEVER: Install a washer -less, single control, metal bodied faucet with a 15 - year drip -free warranty and a maximum flow rate of 2.0 GPM. Include chromed brass shut off valves and trap if not existing. SHOWER HEAD, 2 -GPM: Install a chrome -plated brass shower head with a maximum 2.0 gallons per minute flow rate. Include arm where required. Note: any low -flow showerhead should be controlled by a valve that has been designed, tested, and verified to function safely at the reduced flow rate. FAN/LIGHT FIXTURE -ENERGY STAR, 2008: Install an Energy Star approved ceiling -mounted Fan/Light fixture rated for a min 100 watts w/ an exterior ducted vent fan capable of min. 80-CFM operating at 1 Sone or less, vented w/ damper to exterior such as NuTone QTREN080FLT. Switch fan & light using a single switch with a time delay for the fan such as the EFI Fan/Light Time Delay Switch part # 5100.505 (in Ivory) http://www.energyfederation.org/consumer/default.php/cPath/39 766 134 or equipped with a humidistat sensor. Install 4" metal duct and vent to the exterior ideally through a wall or gable end using a 4" hooded vent with damper. All duct seams shall be scaled with duct mastic. Insulate the ductwork with vinyl or foil faced R- 6 minimum duct insulation. Repair any damage to the ceiling installation and air seal fan/light assembly to the ceiling with low-VOC caulk. ACCESSORY SET, CHROME: Install a chrome -plated steel bathroom accessory set consisting of one 24" ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US towel bars and toilet paper holder. 16. REPLACE FLOORING THROUGHOUT HOUSE Remove and replace carpet where existing, refinish hardwood where present and finish remaining areas in living space with vinyl flooring CARPET AND PAD, REMOVE AND REPLACE: Remove carpet, pad, metal edge strips and tack strips to a code legal dump. Install FHA approved, Nylon/Olefin blend cut pile weave carpet. Install over a matched 1/2" medium density rebond pad w/ a minimum of seams. Carpet and Pad must meet the Carpet and Rug Institute's Green Label certification. Stretch carpet to eliminate puckers, scallops & ripples. Include tacklers strips, metal edge strips & mending tape to cover entire floor including closets. Use same carpet in all locations specified. VINYL If necessary install 1/4" underlayment grade plywood, using 7d screw shank or cement coated nails, or narrow crown staples, 6" on center allowing a 1/4" gap at wall. Install 070" thick, backed vinyl sheet goods w/ minimum seams, per manufacturer's recommendations. Caulk edges of vinyl w/clear silicone caulk to create positive seal. Install metal edge strips in openings & shoe molding. REFINISH WOOD FLOORS WHERE EXISTING: Counter sink all nails and fill holes. Drum sand and edge floor finishing with 120 grit sandpaper. Vacuum and tack rag room. Apply a coat of Minwax Water Based Polyurethane Base Coat followed by 3 coats of Minwax Water -Based Polyurethane for Floors, or a floor finish that complies with regulation 8, rule 51, of the Bay Area Air Quality Management District and may not exceed 250 grams of VOC per liter of coating as thinned to the manufacturer's maximum recommendation, excluding the volume of any water, exempt compounds, or colorant added to the tint bases. 17. UTILITY ROOM (basement) DRYER VENT Install 4" rigid aluminum vent tubing from the specified dryer location to a 4" wall mounted dryer vent hood with a back -flow preventer and NO screening. Do not fasten with nails, screws or other fasteners that protrude into the interior of the exhaust duct. Seal all seams in the system with duct mastic or aluminum foil tape, not duct tape. Secure duct and hood to framing. CLOTHES WASHING MACHINE HOOK-UP Install a two-inch PVC stand pipe with trap, and a single lever "quick shutoff' washing machine valve with hot and cold threaded hose outlets to service a washing machine. WASHER CIRCUIT 110\20 -AMP Install a flush or surface mounted duplex outlet for a washing machine on a separate 20 -amp circuit using #12 copper NM cable. DRYER CIRCUIT, 30 -AMP Install 220 volt, 30 amp, surface mounted receptacle on an individual circuit. 18. HVAC FURNACE 90+ GAS — REMOVE AND REPLACE: Remove existing furnace, recycle all metal components and dispose of all other materials in a code legal dump. Install a 90+ gas fired forced air furnace with minimum AFUE rating of 90% on 2" patio block to existing duct work & gas line. New furnace to be vented with PVC piping per manufacturer's specifications. New furnace will have minimum limited warranties of: 20 years on heat exchangers; 5 years on parts. Include auto set back thermostat controls, vent pipe & new shut- off valve. Rework cold air return if necessary to ensure easy access, good fit & easy replacement of air filter. An exterior return air filter box shall be installed on one side, both sides, or bottom of new 11Pae ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US furnace. Seal all exposed duct joints as a part of this item with Duct Mastic. Remove all existing cloth duct tape prior to installing mastic. All registers in the home are to be sealed with caulk to prevent energy loss. Replace registers if required. AIR CONDITIONING UNIT: Install a 1300 SEER air conditioning unit, model to be approved by owner. 19. PLUMBING ALLOWANCE All plumbing in the interior and exterior of the home should be inspected by a licensed plumber. Plumbing components should be replaced and redesigned as necessary in order to meet code. Ensure that hose bibs are installed at both the front and back of the house. 20. WATER HEATER, 40 GALLON GAS Install a 4- gallon, glass lined, high recovery, insulated to R-7, gas water heater with a 10 -year warranty. Include pressure and temperature relief valve, discharge tube to within 6" of floor or to outside of structure, vent, thimble, and gas piping from shut-off valve to fixture. Dispose of old water heater in code legal dump. 21. INSULATION INSULATE SILL BOXES Replace sill plate where current sill plate is rotted. Using closed cell spray foam, insulate all basement sill boxes. SEALING FLOOR AND WALL PENETRATIONS: Seal all floor and wall penetrations created by plumbing, gas lines, electrical boxes and outlets with spray foam. Take care to seal all joints without excess foam. MORTAR REPAIR: Repair mortar on foundation wall as necessary. SEALING WALL AND CEILING PENETRATIONS: Seal all wall and ceiling penetrations created by plumbing, gas lines, electrical boxes and outlets with spray foam. Take care to seal all joints without excess foam. INSULATION: Remove all existing insulation and re -insulate attic by blowing in cellulose. Determine amount of cellulose needed to achieve an R value of 50. Insulation of attic includes dense packing of any existing rafter bays. Basement insulation specs here. 22. ELECTRIC REWIRE TO CODE, REPLACE ALL LIGHT FIXTURES AS NECESSARY AND INSTALL COVER PLATES THROUGHOUT THE HOME. Rewire unit to current National Electric Code including but not limited to: surface mount GFI in bathroom & kitchen; 15 -amp grounded tamperproof receptacles on all usable walls; switched lights in all halls, kitchen, bathrooms, and utility room. Install Energy Star rated ceiling mounted fans in each bedroom and the living room with switch at room entrance. Install hard wired smoke and carbon monoxide detectors; phone outlets, cover plates; counter receptacles; and circuits. Fish all wire and repair all tear -out. Replace exterior lights with two lamp halogen, dusk to dawn fixture with motion activated higher light level function. 23. CLOSETS CLOSET POLE Field measure and install I-1/2" diameter wood closet pole and sockets in all three closets. 24. INSTALL SUMP PUMP 12II'a ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US � beck. '05 R+ r S ireet re wvY_ !Ii YzmVv-e rep dace_ I Deck - Lk I rev/tale- cui red cv 13 I P a I I l ************** REQUEST NO. FTL130104 ************** CQME PAINT VQUR FUTURE WITH US BID SUMMARY Address Company 908 Fir Avenue ITEM DESCRIPTION $$COST Exterior I Replace Windows -house and garage 2 Exterior Doors 3 Front and Back deck and steps 4 Siding 5 Replace Roof 6 Gutters 7 Landscaping 8 Driveway 9 House Number Set 10 Mailbox Interior 11 Drywall 12 Basement 13 Kitchen 14 Bath 15 Bath (3/4) 16 Replace Flooring 17 Utility Room 18 HVAC 19 Plumbing 20 Water Heater 21 Insulation 22 Electric 23 Closets 23 Sump Pump TOTAL COST 14II'ag ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US Ms. Jeanette Andersen Project Coordinator 130 South McKinley Avenue Fort Lupton, Colorado 80621 Dear Ms. Andersen: The undersigned having become familiar with the specifications for Housing Rehabilitation Services and deliver to the City of Fort Lupton as set forth in the following schedule: 908 Fir Avenue $ DELIVERY DATE: I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes, and includes any applicable permits and fees for installation. I further certify that the items offered for intended use by the City of Fort Lupton will meet all specifications is has so indicated in this bid form. The Council of the City of Fort Lupton reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. The Council of the City of Fort Lupton shall give preference to residents of Fort Lupton bidders in all cases where the bids are competitive in price and quality. FIRM BY BUSINESS ADDRESS TITLE CITY, STATE, ZIP CODE DATE TELEPHONE NO. FAX NO. TAXPAYER I.D.# DOES YOUR BID MEET OUR SPECIFICATIONS? YES NO CITY OF FORT LUPTON IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO.98-02812-0000. CITY OF FORT LUPTON FAX NUMBER IS #303-857-609 15 ************** REQUEST NO. FTL130104 ************** COME PAINT YOUR FUTURE WITH US CITY OF FORT LUPTON CERTIFICATION STATEMENT REGARDING ILLEGAL ALIENS The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with provisions of CRS 8-17.5-101 et seq. 2. The Vendor shall not knowingly employ or contract with an illegal alien to perform work under this purchase order or enter into a contact with a subcontractor that knowingly employs or contracts with an illegal alien. 3. The Vendor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, or (ii) otherwise shall comply with the requirements of CRS 8-(2)(b)(I). 4. The Vendor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the City may terminate the above referenced purchase order for breach and the Vendor shall be liable for actual and consequential damages to the City. CERTIFIED and AGREED to this day of VENDOR: , 200_. (Full Legal Name) BY: Signature of Authorized Representative(s) VENDOR(S) CANNOT BEGIN WORK UNTIL THIS COMPLETED FORM IS RETURNED TO THE CITY OF FORT LUPTON. 16 Pa e ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US CITY COUNCIL OF FORT LUPTON, STATE OF COLORADO, BY AND THROUGH ITS FINANCE DIRECTOR DATE: January 24, 2013 THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF THE CITY OF FORT LUPTON. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 7. I. NOTICE TO BIDDERS A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, wishes to purchase the following: Housing Rehabilitation Services 902 Longview Drive Neighborhood Stabilization Grant B. Sealed or faxed bids the above stated merchandise, equipment, and/or services will be received at the office of the City of Fort Lupton Finance Director, 130 South McKinley Avenue, Fort Lupton, Colorado, 80621 until: Tuesday, Feb. 12th — at 10:00 A.M. C. OPEN ILO' SE inspections of property: Monday, January 28th from 2:00 P.M to 5:00 P.M. or by appointment. D. It is tentatively scheduled to be presented to the Weld County Commissioners on February 13, 2013. II. INVITATION TO BID A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, requests bids for the purchase of the above -listed merchandise, equipment, and/or services. B. Said product shall be for the benefit of: CITY OF FORT LUPTON, 130 S. McKinley Ave., FORT LUPTON, COLORADO 80621. C. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the City of Fort Lupton to pay if awarded the bid. D. All bids must be sealed in envelopes that have the bid number and title of the bid typed or printed in plain sight. One original and one copy of the Bid must be submitted at the time of the bid opening. One complete bid document, which will be the only official copy of the bid, shall be filed at the finance department. After certification of the bid, by finance, the other copy will be sent to the applicable department(s) for review. Bids may be faxed to 303-857- 6090 attention finance; and the vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". (If faxing your bid, please send hard copy of bid for our files). 1Pere ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US III. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the City of Fort Lupton Finance Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must famish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Finance Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Finance Director received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders arc expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. Late or unsigned bids may not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the City of Fort Lupton Finance Department on or prior to the time indicated in Section I., entitled "Notice to Bidders." F. When approximate quantities are stated, the City of Fort Lupton reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to the City of Fort Lupton shall be new and of the manufacturer's current model unless otherwise specified. 1. In accordance with purchasing procedures of the City of Fort Lupton, the Council will give preference to residents of the City of Fort Lupton in all cases where said bids arc 2I'LI C:1 1 V OI-' ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US competitive in price and quality. It is also understood that the Council of the City of Fort Lupton will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of the City. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which arc made by the City of Fort Lupton, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Finance Director. No employee of the City of Fort Lupton is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Finance Director. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless the City of Fort Lupton, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. All goods shall remain the property of the seller until delivered to and accepted by the City of Fort Lupton. N. Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Finance Director for the premature opening of a bid not properly addressed and identified. O. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Council of the City of Fort Lupton within a reasonable time or period constitutes a contract. The Fort Lupton City Council, reserves the right to reject any and all bids, to waive any informalities in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. P. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Finance Director. It is understood that it is necessary for all invoices to be made out to the City of Fort Lupton, not to the Department securing the merchandise. All invoices should be sent to: Fort Lupton Finance Department, 130 South McKinley Avenue, Fort Lupton, CO 80621. Q. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. 3Paiac ( I I V ( ) 1' _.... ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of the City of Fort Lupton that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B. Pre -delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Finance Director of the City of Fort Lupton. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by the City of Fort Lupton. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. Delivery date will be noted on page 6 of the bid packet. The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. 4 Page ************** REQUEST NO. FTLI30102 ************** COME PAINT YOUR FUTURE WITH US D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to the City of Fort Lupton pursuant to this bid conform to the minimum City specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to the City of Fort Lupton and its successors and assigns. E. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by the City of Fort Lupton, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to the City of Fort Lupton. F. General Information: Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. City of Fort Lupton 5 I'a=_ ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US HOUSING REHABILITATION BID SOLICITATION DESCRIPTION OF WORK ADDRESS: 902 Longview Drive This home is being renovated using funds from the Neighborhood Stabilization Program. This three -bedroom, one -bath home (full basement) was purchased by the City of Fort Lupton. The City is seeking bids from qualified contractors to complete the rehabilitation of this project. Lead paint and asbestos have been removed from the home prior to rehabilitation work being completed. All bids must be delivered in a sealed envelope prior to February 4, 2013, at 10:00 A.M. Address for delivery is: City of Fort Lupton 130 South McKinley Ave Fort Lupton, CO 80621 ATTENTION: Jeanette Andersen The home will be open for inspection on January 28 from 2:00 p.m. until 5:00 p.m. or by appointment. Complete and return the summary bid sheet located at the end of this document after the description of work. Note that bids must be valid for 90 days from bid date and work must be completed with 90 days of the date the notice to proceed is signed by both parties. Failure to complete the project on time will result in a daily fine of $250 unless a written change is issued and signed by both parties. GENERAL REQUIREMENTS FINAL CLEAN Remove from site all construction materials, tools and debris. Sweep clean all exterior work areas. Vacuum all interior work areas, removing all visible dust, stains, labels and tags. Clean all windows referenced in specifications. PERMITS All required permits, including, but not limited to, electrical, plumbing, HVAC, etc. shall be obtained by the contractor. FINAL INSPECTIONS It is the responsibility of the contractor to ensure that the home passes all necessary inspections upon the completion of the rehab. This includes but is not limited to local inspection of project, energy audit and HUD's Housing Quality Standards. NEW MATERIALS REQUIRED All materials used in connection with this work write-up are to be new, of first quality and without defects - unless stated otherwise or pre -approved by Owner and Construction Specialist. 1 YEAR GENERAL WARRANTY Contractor shall remedy any defect due to faulty material or workmanship and pay for all damage to other work resulting there from, which appear within one year from final payment. Further, contractor shall furnish owner with all manufacturers' and suppliers' written warranties covering items furnished under this contract prior to release of the final payment. WORK TIMES Contractors and their sub -contractors shall schedule working hours between 8:00am and 6:00pm Monday through Friday. Requests to work on weekends and before or after these hours must be approved by the homeowner. 6 P a ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US EXTERIOR 1. REPLACE WINDOWS THROUGHOUT HOME AND IN THE GARAGE Remove and appropriately discard entire existing window units throughout the house. Install new Low E double pane vinyl windows, white in color with minimum 1/4" glazing, "Energy Star" seal, and minimum u -factor of 0.35. All windows should fit existing openings (unless noted below) and be complete with screens, locks, and all necessary hardware. Include wrapping of windows at exterior and trimming at interior as needed. Caulk and seal at perimeter of windows inside and out. Tempered glass to be used where required by code. Frame in the area where window size changed in first floor bathroom. For patio door: remove existing patio door and appropriately discard. Provide and install new double pane sliding door white in color meeting same specs as for windows, including trim, etc. WINDOW CHART TOTAL WINDOWS REPLACED: Living Room 1 (three sections) Kitchen 0 Dining Area Sliding glass door replaced Bedroom 1 I Bedroom 2 1 Bedroom 3 1 Bath I (replace with high transom, openable) Hall 0 Basement 6 2. EXTERIOR DOORS Remove, package and dispose of front door, frame and casing. Install pre -hung, insulated, 6- panel, metal skinned doors with crescent glass including magnetic weather stripping, interlocking threshold, wide angle peep site, dead bolt and entrance lock. Prime and paint, color choice by owner. Remove, package and dispose of back door, frame and casing. Install pre -hung, insulated, 6- panel, metal skinned doors including magnetic weather stripping, interlocking threshold, wide angle peep site, dead bolt (keyed same as front door) and entrance lock. Prime and paint, color choice by owner. Remove, package and dispose of door between house and garage and replace with door that meets code for this location. Replace with pre -hung steel insulated door with jamb, trim at both sides, new deadbolt lock keyed the same as the front door, weather stripping, threshold, etc. Prime and paint, color choice by owner. 3. FLATWORK Concrete should be removed from the back of the house and yard re -graded to slope away from house. Remove concrete off site to code legal dump. New sidewalks should be installed as shown in the attached drawing. Install concrete step (if required) and pad at back door from garage and new stairs and pad installed from back sliding door. Remove existing porch to front door and replace. Remove existing sidewalk and replace in same location. 4. FENCE Repair or replace fence in current location. 7 P a g ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US 5. SIDING Replace siding and trim, matching to existing. Siding and paint colors determined by owner. Hang vinyl clapboard siding including all cornice, corner, door and window trim after replacing all deteriorated exterior building components. Remove and replace eaves where rotted. Wrap home with Tyvek vapor/ infiltration barrier and apply owner's choice of siding color, exposure and texture with 50 year warranty. 6. REPLACE ROOF Strip existing roofing material from structure to decking and remove same from site. Remove and replace decking where damaged. Provide and install new felt paper under-layment, new 30 year architectural asphalt shingles, modified roofing where required by code, valley flashing, plumbing flashing, sealing of chimney where needed, and new metal drip edge at perimeter. Remove and replace any existing roof vents and add as needed to ensure code requirement for same is met. Include replacement of damaged freeze board. Install soffit and fascia. 7. REPLACE GUTTER, 5" SEAMLESS ALUMINUM Dispose of existing gutter. Install 5", K- type, seamless, .027 gauge aluminum gutter to service roof. Color choice by owner. Install extensions as necessary to run water away from house. 8. LANDSCAPING All rocks should be removed from site and grass reseeded as necessary. Trees should be removed from the area immediately around the foundation of the house. 9. HOUSE NUMBER SET Install 3" high metal or PVC house numbers on a 1"x 4" pine backer -board painted with 2 coats of low-VOC exterior white latex paint. 10. MAILBOX Dispose of mailbox and install a steel, black enamel finish, letter -size mail box with magazine rack and lock -eye for padlock. INTERIOR 11. INTERIOR DOORS All interior doors should be replaced with new 6 -panel colonist doors. Closet doors also to be replaced as noted. Include any necessary furring in of closet openings for new doors. All doors should be complete with necessary hardware and door stops. 12. STAIRWAY Install hand rail per code. 13. DRYWALL REPAIR Drywall on walls and ceilings should be replaced or repaired as necessary. Insulate behind walls to the highest level of R -value possible. Repair or replace trim as necessary. Paint ceilings two coats in FLAT CEILING WHITE & walls in EGGSHELL OR SATIN finish cut -in neatly to trim & at all corners & edges. Paint used by the contractor shall be low-VOC (volatile organic compounds) and free of any lead or mercury. All areas shall be properly cleaned upon completion of painting. 8Pagc ************** REQUEST NO. FTL130102 ************** COME PAINT 'YOUR FUTURE WITH US 14. KITCHEN REPLACE AND RECONFIGURE ALL KITCHEN CABINETS, WOOD WALL -PLYWOOD Remove & legally dispose of cabinets, counters, appliances, etc. Install new kitchen cabinets, countertops, and appliances according to specifications below. CABINET: Upper cabinets will be either: a) 42" installed to ceiling OR b) will be 36" trimmed with a stained oak crown, OR c) will be 36" with a trimmed drywall or plywood soffit. Install upper cabinets constructed of solid hardwood face -frames and doors with 1/2" plywood carcasses & floors. Carcasses will be joined using metal or plastic corner bracing. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor and approve cabinet layout based upon plan submitted by the contractor. COUNTER TOP: Install high density Formica countertop. Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low-VOC caulking to match wall color. Owner will select countertop color from among options presented by the contractor. APPLIANCES • ELECTRIC STOVE, 30"-- Install a white, 30" wide electric stove including oven and electrical connections. • REFRIGERATOR, 18 CF, ENERGY STAR--Insall an ENERGY STAR approved 2 -door, top freezer, white, frost free refrigerator with at least 17.5 -cubic feet. • 8491 DISHWASHER, 2 -CYCLE --Provide and install a 24" white, 2 -cycle, built- in Energy Star® labeled dishwasher including all alterations and connections to plumbing and electric system. Whirlpool #: 267844 Models: DU8 I I SWPU - or - GE Model GSD1300NW W RANGE HOOD (EXTERIOR VENTED): Install an exterior ducted enameled range hood with integral minimum 2 -speed fan control and light switched separately capable of a minimum 100-cfm at a maximum of 10 sones. Attach hood to cabinet with screws. Include metal vent with all seams sealed with duct mastic, and roof or wall cap/damper assembly flashed appropriately for the exterior finish. Color choice is white. FAUCET, KITCHEN SINGLE LEVER: Install a single lever, washer -less, metal bodied faucet with 15 -year drip -free guarantee and maximum flow of 2 gallons per minute (2.0 GPM). SINK, DOUBLE BOWL COMPLETE: Install a 22 -gauge 33" x 22" x 7" double bowl, stainless steel, self rimming kitchen sink including a steel, metal body faucet, rated at 2.0 GPM or less, with a 15 -year drip- free warranty, grease trap, supply lines, full port ball type shut-off valves & escutcheon plates on all supply & drain lines. NOTE: All copper is to be soldered (no compression fittings) & all PVC fittings glued. 15. BATH Note that bathroom window will be changed to a high transom window that extends over the one price bath unit. INSTALL BATH CABINETS, WOOD WALL -PLYWOOD: Install vanity using same cabinets as selected for the kitchen. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor, as with kitchen. 9IPa�,�c ************** REQUEST NO. FTL130102 ************** I \ f 1 44.4 ,. COME PAINT YOUR FUTURE WITH US INSTALL COUNTER TOP: Install high density Formica countertop (same as kitchen), Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet a square edged recycled material counter top. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low-VOC caulking to match wall color. SINK: Install sink in counter top and caulk around edges. FAUCET, LAVATORY SINGLE LEVER: Install a washer -less, single control, metal bodied faucet with a 15 - year drip -free warranty and a maximum flow rate of 2.0 GPM. Include chromed brass shut off valves and trap if not existing. BATHTUB/SHOWER, 5' FIBERGLASS, COMPLETE: Install a 5', 4 piece, Tub/Shower -Complete Unit fiberglass tub and shower unit complete with lever operated pop up drain and overflow, PVC waste, single lever shower diverter, shower rod SHOWER HEAD, 2 -GPM: Install a chrome -plated brass shower head with a maximum 2.0 gallons per minute flow rate. Include arm where required. Note: any low -flow showerhead should be controlled by a valve that has been designed, tested, and verified to function safely at the reduced flow rate. COMMODE, REPLACE Dual Flush, 2008: Install a "Dual Flush," 2 piece, close coupled, white, vitreous china commode with flow rates of 1.6 and .9 GPF for its respective high and low flushes, such as a TOTO Aquia CST414M Elongated Front, Dual Flush commode Toilet Kit, or any commode tested through the latest "Maximum Performance" (MaP) testing sponsored by Canadian Water and Wastewater Association (CWWA), the California Urban Water Conservation Council (CUWCC), the U.S.-Canadian Alliance for Water Efficiency (AWE) and Veritec Consulting Inc. that has shown to score 800 or better on the MaP Flush Performance test (grams of solid waste removed in a single flush). See the following link for the January 2008 report. htlp://www.cwwa.ca/pdf files/Map%201Ith%20Edition%20Full%20Reportl.pdf Include a manufacturer's approved plastic or pressed wood white seat, supply pipe, shut-off valve, and wax seal. FAN/LIGHT FIXTURE -ENERGY STAR, 2008: Install an Energy Star approved ceiling -mounted Fan/Light fixture rated for a min 100 watts w/ an exterior ducted vent fan capable of min. 80-CFM operating at I Sone or less, vented w/ damper to exterior such as NuTone QTREN080FLT. Switch fan & light using a single switch with a time delay for the fan such as the EFI Fan/Light Time Delay Switch part # 5100.505 (in Ivory) http://www.energyfcderation.org/consumer/dcfault.php/ePath/39 766 134 or equipped with a humidistat sensor. Install 4" metal duct and vent to the exterior ideally through a wall or gable end using a 4" hooded vent with damper. All duct seams shall be sealed with duct mastic. Insulate the ductwork with vinyl or foil faced R- 6 minimum duct insulation. Repair any damage to the ceiling installation and air seal fan/light assembly to the ceiling with low-VOC caulk. ACCESSORY SET, CHROME: Install a chrome -plated steel bathroom accessory set consisting of one 24" towel bars and toilet paper holder. 10 I'ag ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US 16. REPLACE FLOORING THROUGHOUT HOUSE FLOOR SPECIFICATIONS: Room Current Flooring Finish Flooring Application (see specs below) Living Room Carpet Vinyl/carpet Kitchen Vinyl Vinyl Dining Area Vinyl Vinyl Bedroom 1 Carpet Carpet Bedroom 2 Carpet Carpet Bedroom 3 Carpet Carpet Bath Vinyl Vinyl Hall Vinyl Vinyl Basement Vinyl unfinished REQUIREMENT RELATED TO ABOVE FLOORING: CARPET AND PAD, REMOVE AND REPLACE: Remove carpet, pad, metal edge strips and tack strips to a code legal dump. Install FHA approved, Nylon/Olefin blend cut pile weave carpet. Install over a matched 1/2" medium density rebond pad w/ a minimum of seams. Carpet and Pad must meet the Carpet and Rug Institute's Green Label certification. Stretch carpet to eliminate puckers, scallops & ripples. Include tackless strips, metal edge strips & mending tape to cover entire floor including closets. Use same carpet in all locations specified. VINYL Replace subflooring with 1/4" underlayment grade plywood where required, using 7d screw shank or cement coated nails, or narrow crown staples, 6" on center allowing a 1/4" gap at wall. Install 070" thick, backed vinyl sheet goods w/ minimum seams, per manufacturer's recommendations. Caulk edges of vinyl w/clear silicone caulk to create positive seal. Install metal edge strips in openings & shoe molding. 17. UTILITY ROOM (basement) DRYER VENT Install 4" rigid aluminum vent tubing from the specified dryer location to a 4" wall mounted dryer vent hood with a back -flow preventer and NO screening. Do not fasten with nails, screws or other fasteners that protrude into the interior of the exhaust duct. Seal all seams in the system with duct mastic or aluminum foil tape, not duct tape. Secure duct and hood to framing. CLOTHES WASHING MACHINE HOOK-UP Install a two-inch PVC stand pipe with trap, and a single lever "quick shutoff' washing machine valve with hot and cold threaded hose outlets to service a washing machine. WASHER CIRCUIT 110\20 -AMP Install a flush or surface mounted duplex outlet for a washing machine on a separate 20 -amp circuit using #12 copper NM cable. DRYER CIRCUIT, 30 -AMP Install 220 volt, 30 amp, surface mounted receptacle on an individual circuit. 11 ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US 18. HVAC FURNACE 90+ GAS — REMOVE AND REPLACE: Remove existing furnace, recycle all metal components and dispose of all other materials in a code legal dump. Install a 90+ gas fired forced air furnace with minimum AFUE rating of 90% on 2" patio block to existing duct work & gas line. New furnace to be vented with PVC piping per manufacturer's specifications. New furnace will have minimum limited warranties of: 20 years on heat exchangers; 5 years on parts. Include auto set back thermostat controls, vent pipe & new shut- off valve. Rework cold air return if necessary to ensure easy access, good fit & easy replacement of air filter. An exterior return air filter box shall be installed on one side, both sides, or bottom of new furnace. Seal all exposed duct joints as a part of this item with Duct Mastic. Remove all existing cloth duct tape prior to installing mastic. All registers in the home are to be sealed with caulk to prevent energy loss. Replace any registers if required. AIR CONDITIONING UNIT: Install a 1300 SEER air conditioning unit, model to be approved by owner. 19. PLUMBING ALLOWANCE All plumbing in the interior and exterior of the home should be inspected by a licensed plumber. Plumbing components should be replaced and redesigned as necessary in order to meet code. Ensure that hose bibs are installed at both the front and back of the house. 20. WATER HEATER, 40 GALLON GAS Install a 4- gallon, glass lined, high recovery, insulated to R-7, gas water heater with a 10 -year warranty. Include pressure and temperature relief valve, discharge tube to within 6" of floor or to outside of structure, vent, thimble, and gas piping from shut-off valve to fixture. Dispose of old water heater in code legal dump. 21. BASEMENT All framing and paneling from the basement should be removed and the basement left unfinished. 22. INSULATION INSULATE SILL BOXES: Using closed cell spray foam, insulate all sill boxes. SEAL FLOOR AND WALL PENETRATIONS: Seal all floor and wall penetrations created by plumbing, gas lines, electrical boxes and outlets with spray foam. Take care to seal all joints without excess foam. MORTAR REPAIR: Repair mortar on foundation wall as necessary. SEAL WALL AND CEILING PENETRATIONS: Seal all wall and ceiling penetrations created by plumbing, gas lines, electrical boxes and outlets with spray foam. Take care to seal all joints without excess foam. ATTIC: Remove all existing insulation and re -insulate attic by blowing in cellulose. Determine amount of cellulose needed to achieve an R value of 50. Insulation of attic includes dense packing of any existing rafter bays. 23. ELECTRIC REWIRE TO CODE, REPLACE ALL LIGHT FIXTURES AS NECESSARY AND INSTALL COVER PLATES THROUGHOUT THE HOME. Rewire unit to current National Electric Code including but not limited to: surface mount GFI in bathroom & kitchen; 15 -amp grounded tamperproof receptacles on all usable walls; switched lights in all halls, kitchen, bathrooms, and utility room. Install Energy Star rated ceiling mounted fans in each bedroom and the living room with switch at room entrance. Install hard wired smoke and carbon monoxide detectors; phone outlets, cover plates; counter receptacles; and circuits. Fish all wire and repair all tear -out. Replace exterior lights with two 12 Pa a ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US lamp halogen, dusk to dawn fixture with motion activated higher light level function. 24. CLOSETS Rebuild closets in back two bedrooms as shown on the attached drawing. Field measure and install 1-1/2" diameter wood closet pole and sockets in all three closets. 25. INSTALL SUMP PUMP 26. GARAGE OVERHEAD DOOR: Remove and discard existing overhead garage door. Provide and install new overhead garage door (color selected by owner) to fit existing opening. Complete with all necessary hardware and keyed lock. Include necessary framing and trim at both side of opening. Paint new door unit, color selected by owner. Install new 1/3 hp chain drive garage door opener with two remote controls, etc., opener to be a listed unit of medium quality. DRYWALL: The garage wall contiguous with the house and the garage ceiling should be dry walled with 5/8 inch Type X drywall as required by code. 13Pag_ ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US rte, peur5'i 1 wtic.._ r1 rep face 0 J c) L.oy5 v,fieJ fx,,d t"; 2 c4u4 j cAc5(..t n $tdw-d4L Curl S rtes lie -v do L itsjacAt devJ,pk5 AS S4wu;11 14IPagc 1 I \ . i 1 REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US BID SUMMARY Address Company 902 Longview ITEM DESCRIPTION $$COST Exterior 1 Replace Windows -house and garage 2 Exterior Doors 3 Flatwork 4 Fence 5 Siding 6 Roof 7 Gutters 8 Landscaping 9 House Number Set 10 Mailbox Interior 11 Interior Doors/Closets 12 Stairway (handrail) 13 Drywall 14 Kitchen 15 Bath 16 Replace Flooring 17 Utility Room 18 HVAC 19 Plumbing 20 Water Heater 21 Basement 22 Insulation 23 Electric 24 Closets 25 Sump Pump 26 Garage TOTAL COST 15111a tie ************** REQUEST NO. FTL130102 ************** COME PAINT YOUR FUTURE WITH US Ms. Jeanelle Andersen Project Coordinator 130 South McKinley Avenue Fort Lupton, Colorado 80621 Dear Ms. Andersen: The undersigned having become familiar with the specifications for Housing Rehabilitation Services and deliver to the City of Fort Lupton as set forth in the following schedule: 902 Longview Drive $ DELIVERY DATE: 1 certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes, and includes any applicable permits and fees for installation. I further certify that the items offered for intended use by the City of Fort Lupton will meet all specifications is has so indicated in this bid form. The Council of the City of Fort Lupton reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. The Council of the City of Fort Lupton shall give preference to residents of Fort Lupton bidders in all cases where the bids are competitive in price and quality. FIRM BY BUSINESS ADDRESS TITLE CITY, STATE, ZIP CODE DATE TELEPHONE NO. FAX NO. TAXPAYER I.D.# DOES YOUR BID MEET OUR SPECIFICATIONS? YES NO CITY OF FORT LUPTON IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO.98-02812-0000. CITY OF FORT LUPTON FAX NUMBER IS #303-857-609 16 Pa ************** REQUEST NO. FTL 130102 ************** COME PAINT YOUR FUTURE WITH US CITY OF FORT LUPTON CERTIFICATION STATEMENT REGARDING ILLEGAL ALIENS The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with provisions of CRS 8-17.5-101 et seq. 2. The Vendor shall not knowingly employ or contract with an illegal alien to perform work under this purchase order or enter into a contact with a subcontractor that knowingly employs or contracts with an illegal alien. 3. The Vendor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, or (ii) otherwise shall comply with the requirements of CRS 8-(2)(b)(I). 4. The Vendor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the City may terminate the above referenced purchase order for breach and the Vendor shall be liable for actual and consequential damages to the City. CERTIFIED and AGREED to this day of , 200_. VENDOR: (Full Legal Name) BY: Signature of Authorized Representative(s) VENDOR(S) CANNOT BEGIN WORK UNTIL THIS COMPLETED FORM IS RETURNED TO THE CITY OF FORT LUPTON. 17IPi ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US CITY COUNCIL OF FORT LUPTON, STATE OF COLORADO, BY AND THROUGH ITS FINANCE DIRECTOR DATE: January 24, 2013 THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF THE CITY OF FORT LUPTON. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 7. I. NOTICE TO BIDDERS A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, wishes to purchase the following: Housing Rehabilitation Services 1023 Pacific Court Neighborhood Stabilization Grant B. Sealed or faxed bids the above stated merchandise, equipment, and/or services will be received at the office of the City of Fort Lupton Finance Director, 130 South McKinley Avenue, Fort Lupton, Colorado, 80621 until: Tuesday, Feb. 12"' — at 10:00 A.M. C. OPEN BOLSL inspections of property: Tuesday, January 29ft' from 8:00 A.M to 11:00 A.M. or by appointment. D. It is tentatively scheduled to be presented to the Weld County Commissioners on February 13, 2013. II. INVITATION TO BID A. The City of Fort Lupton of the County of Weld, State of Colorado, by and through its Finance Director, requests bids for the purchase of the above -listed merchandise, equipment, and/or services. B. Said product shall be for the benefit of: CITY OF FORT LUPTON, 130 S. McKinley Ave., FORT LUPTON, COLORADO 80621. C. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the City of Fort Lupton to pay if awarded the bid. D. All bids must be sealed in envelopes that have the bid number and title of the bid typed or printed in plain sight. One original and one copy of the Bid must be submitted at the time of the bid opening. One complete bid document, which will be the only official copy of the bid, shall be filed at the finance department. After certification of the bid, by finance, the other copy will be sent to the applicable department(s) for review. Bids may be faxed to 303-857- 6090 attention finance; and the vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". (If faxing your bid, please send hard copy of bid for our files). Ii'a C11 Y OY ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US III. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the City of Fort Lupton Finance Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Finance Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Finance Director received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders arc expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. Late or unsigned bids may not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the City of Fort Lupton Finance Department on or prior to the time indicated in Section I., entitled "Notice to Bidders." F. When approximate quantities are stated, the City of Fort Lupton reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to the City of Fort Lupton shall be new and of the manufacturer's current model unless otherwise specified. I. In accordance with purchasing procedures of the City of Fort Lupton, the Council will give preference to residents of the City of Fort Lupton in all cases where said bids are competitive in price and quality. It is also understood that the Council of the City of 2II'age ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US Fort Lupton will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of the City. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which arc made by the City of Fort Lupton, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Finance Director. No employee of the City of Fort Lupton is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Finance Director. This is not to imply that bids will not be accepted or considered with specifications which arc different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless the City of Fort Lupton, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. All goods shall remain the property of the seller until delivered to and accepted by the City of Fort Lupton. N. Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Finance Director for the premature opening of a bid not properly addressed and identified. O. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Council of the City of Fort Lupton within a reasonable time or period constitutes a contract. The Fort Lupton City Council, reserves the right to reject any and all bids, to waive any informalities in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. P. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Finance Director. It is understood that it is necessary for all invoices to be made out to the City of Fort Lupton, not to the Department securing the merchandise. All invoices should be sent to: Fort Lupton Finance Department, 130 South McKinley Avenue, Fort Lupton, CO 80621. Q. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a 3Pat ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of the City of Fort Lupton that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B. Pre -delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Finance Director of the City of Fort Lupton. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by the City of Fort Lupton. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. Delivery date will be noted on page 6 of the bid packet. The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; 4Pi1,_ ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to the City of Fort Lupton pursuant to this bid conform to the minimum City specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods arc free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to the City of Fort Lupton and its successors and assigns. E. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by the City of Fort Lupton, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to the City of Fort Lupton, F. General Information: Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. 5]Pag ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US City of Fort Lupton HOUSING REHABILITATION BID SOLICITATION DESCRIPTION OF WORK ADDRESS: 1023 Pacific Court This home is being renovated using funds from the Neighborhood Stabilization Program. This four- bedroom, 2 - bath home was purchased by the City of Fort Lupton. The City is seeking bids from qualified contractors to complete the rehabilitation of this project. Specific requirements for the rehabilitation are listed below. Lead paint and asbestos have been removed from the home prior to rehabilitation work being completed. All bids must be delivered in a sealed envelope prior to February 4, 2013. Address for delivery is: City of Fort Lupton 130 South McKinley Ave Fort Lupton, CO 80621 ATTENTION: Jeanette Andersen The home will be open for inspection on January 29 from 8:00a.m. until 11:00a.m. Complete and return the summary bid sheet located at the end of this document after the description of work. Note that bids must be valid for 90 days from bid date and work must be completed with 90 days of the date the notice to proceed is signed by both parties. GENERAL REQUIREMENTS FINAL CLEAN Remove from site all construction materials, tools and debris. Sweep clean all exterior work areas. Vacuum all interior work areas, removing all visible dust, stains, labels and tags. Clean all windows referenced in specifications. PERMITS All required permits, including, but not limited to, electrical, plumbing, HVAC, etc. shall be obtained by the contractor. FINAL INSPECTIONS It is the responsibility of the contractor to ensure that the home passes all necessary inspections upon the completion of the rehab. This includes but is not limited to local inspection of project, energy audit and HUD's Housing Quality Standards. NEW MATERIALS REQUIRED All materials used in connection with this work write-up are to be new, of first quality and without defects - unless stated otherwise or pre -approved by Owner and Construction Specialist. 1 YEAR GENERAL WARRANTY Contractor shall remedy any defect due to faulty material or workmanship and pay for all damage to other work resulting there from, which appear within one year from final payment. Further, contractor shall furnish owner with all manufacturers' and suppliers' written warranties covering items furnished under this contract prior to release of the final payment. WORK TIMES Contractors and their sub -contractors shall schedule working hours between 8:00am and 6:00pm Monday through Friday. Requests to work on weekends and before or after these hours must be approved by the homeowner. ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US EXTERIOR 1. REPLACE WINDOWS THROUGHOUT HOME AND IN THE GARAGE Remove and appropriately discard entire existing window units throughout the house. Replace with new Low E double -pane vinyl windows, white in color with "Energy Star" seal, and minimum u -factor of 0.35. All windows should fit existing openings (unless noted below) and be complete with screens, locks, and all necessary hardware. Include wrapping of windows at exterior and trimming at interior as needed. Caulk and seal at perimeter of windows inside and out. Tempered glass to be used where required by code. New transom windows should be installed in each of the four bedrooms, to be placed in the middle of the wall without an existing window. Height of window placement to be determined by owner. WINDOW CHART TOTAL WINDOWS REPLACED: Living/ Dining Room Utility Room 0 Kitchen 1 Stairwell 1 (tempered glass) Bath (downstairs) 1 Bedroom 1 1 (add transom) Bedroom 2 1 (add transom) Bedroom 3 I (add transom) Bedroom 4 1 (add transom) Bath (upstairs) 1 Hall 0 2. EXTERIOR DOORS Remove, package and dispose of (2) doors, frame and casing. Install pre -hung, insulated, 6 -panel, metal skinned doors including magnetic weather stripping, interlocking threshold, wide angle peep site, half glass, dead bolt and entrance lock -sets (crescent glass on front door and half glass on two other exterior doors). Re -trim opening with 1" x 6" casing and brick molding. Prime and prep all wood. The two doors should have entrance lock set, and mortised dead bolt keyed alike (same as garage service door). Include three 3"x4" butt hinges, vinyl bulb threshold, spring metal weather-stripping, door sweep, and wide angle peep sight. 3. REPLACE ROOF Strip existing roofing material from structure to decking and remove same from site. Remove and replace decking where damaged. Provide and install new felt paper under-layment, new 30 year architectural asphalt shingles, modified roofing where required by code, valley flashing, plumbing flashing, sealing of chimney where needed, and new metal drip edge at perimeter. Remove and replace any existing roof vents and add as needed to ensure code requirement for same is met. Include replacement of damaged freeze board. Install soffit and fascia. 4. SIDING Replace siding and trim. Siding and paint colors determined by owner. Replacing all deteriorated exterior building components. Wrap home with Tyvek vapor/ infiltration barrier. Hang vinyl clapboard siding (color selected by owner) with 50 year warranty, including all cornice, corner, door and window trim. 7l'al. ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US 5. REPLACE GUTTER, 5" SEAMLESS ALUMINUM Dispose of existing gutter. Install 5", K- type, seamless, .027 gauge aluminum gutter to service roof. Color choice by owner. Install extensions as necessary to run water away from house. 6. SIDE AND BACK PORCHES Concrete side and back cement porches should be removed. Grade should be completed for appropriate water drainage away from house and ground reseeded. 7. SHED Shed should be removed and disposed of appropriately. 8. LANDSCAPING All rocks should be removed from site and grass reseeded as necessary. 9. FENCE Fence should be repaired (or replaced). 10. HOUSE NUMBER SET Install 3" high metal or PVC house numbers on a 1"x 4" pine backer -board painted with 2 coats of low-VOC exterior white latex paint. 11. MAILBOX Dispose of mailbox and install a steel, black enamel finish, letter -size mail box with magazine rack and lock -eye for padlock. INTERIOR 12. INTERIOR DOORS/CLOSET DOORS All interior doors (5) must be replaced with new 6 -panel colonist doors. Closet doors also to be replaced as noted. Include any necessary furring in of closet openings for new doors. All doors to be complete with all necessary hardware and door stops. 13. DRYWALL REPAIR All drywall on walls and ceilings will be patched or, if not present, replaced. Insulate behind the walls to the highest R -Value possible. Paint ceilings two coats in FLAT CEILING WHITE & walls in EGGSHELL OR SATIN finish cut -in neatly to trim & at all corners & edges. Paint used by the contractor shall be low-VOC (volatile organic compounds) and free of any lead or mercury. All areas shall be properly cleaned upon completion of painting. 14. STAIRWAY Install hand rail per code. 15. KITCHEN REPLACE AND RECONFIGURE ALL KITCHEN CABINETS, WOOD WALL -PLYWOOD Install new kitchen cabinets, countertops, and appliances according to specifications below. CABINETS: Upper cabinets will be either: a) 42" installed to ceiling OR b) wilt be 36" trimmed with a stained oak crown, OR c) will be 36" with a trimmed drywall or plywood soffit. Install upper cabinets constructed of solid hardwood face -frames and doors with 1/2" plywood carcasses & floors. Carcasses will be joined using 8 I' IIY Y O1- ************** REQUEST NO. FTL130103 ************** COME PAINT 'YOUR FUTURE WITH US metal or plastic corner bracing. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor and approve cabinet layout based upon plan submitted by the contractor. COUNTER TOP: Install high density Formica Countertops. Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet a square edged counter top. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low-VOC caulking to match wall color. Owner will select countertop color from among options presented by the contractor. APPLIANCES • ELECTRIC STOVE, 30"-- Install a white, 30" wide electric stove including oven and electrical connections. • REFRIGERATOR, 18 CF, ENERGY STAR --Install an ENERGY STAR® approved 2 -door, top freezer, white, frost free refrigerator with at least 17.5 -cubic feet. • 8491 DISHWASHER, 2 -CYCLE --Provide and install a 24" white, 2 -cycle, built- in Energy Star® labeled dishwasher including all alterations and connections to plumbing and electric system. RANGE HOOD (EXTERIOR VENTED): Install an exterior ducted enameled range hood with integral minimum 2 -speed fan control and light switched separately capable of a minimum 100-cfm at a maximum of 10 sones. Attach hood to cabinet with screws. Include metal vent with all seams sealed with duct mastic, and roof or wall cap/damper assembly flashed appropriately for the exterior finish. Color choice is white. FAUCET, KITCHEN SINGLE LEVER: Install a single lever, washer -less, metal bodied faucet with 15 -year drip -free guarantee and maximum flow of 2 gallons per minute (2.0 GPM). SINK, DOUBLE BOWL COMPLETE: Install a 22 -gauge 33" x 22" x 7" double bowl, stainless steel, self rimming kitchen sink including a steel, metal body faucet, rated at 2.0 GPM or less, with a 15 -year drip- free warranty, grease trap, supply lines, full port ball type shut-off valves & escutcheon plates on all supply & drain lines. NOTE: All copper is to be soldered (no compression fittings) & all PVC fittings glued. 16. BATH(S)—Upstairs and downstairs INSTALL BATH CABINETS, WOOD WALL -PLYWOOD: Install vanity using same cabinets as selected for the kitchen. Install bright brass or brushed chrome knobs & pulls on all doors even when finger grooves exist. Owner will choose style & finish from those available in line proposed by contractor, as with kitchen. INSTALL COUNTER TOP: Install high density Formica countertop selected by owner (same as kitchen). Seal all bare wood and wood composite surfaces including the underside of the countertop with a low-VOC sealant. Screw to base cabinet. Provide end -caps and cutout for sink. Caulk countertop to adjoining walls with low- VOC caulking to match wall color. INSTALL SINK: Install sink in countertop and caulk around edges. FAUCET, LAVATORY SINGLE LEVER: Install a washer -less, single control, metal bodied faucet with a 15 - year drip -free warranty and a maximum flow rate of 2.0 GPM. Include chromed brass shut off valves and trap if not existing. BATHTUB/SHOWER, 5' FIBERGLASS, COMPLETE: Install an appropriately sized Tub/Shower Complete Unit, fiberglass unit complete with lever operated pop up drain and overflow, PVC waste, single lever shower diverter, shower rod. ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US SHOWER HEAD, 2 -GPM: Install a chrome -plated brass shower head with a maximum 2.0 gallons per minute flow rate. Include arm where required. Note: any low -flow showerhead should be controlled by a valve that has been designed, tested, and verified to function safely at the reduced flow rate. COMMODE, REPLACE Dual Flush, 2008: Install a "Dual Flush," 2 piece, close coupled, white, vitreous china commode with flow rates of 1.6 and .9 GPF for its respective high and low flushes, such as a TOTO Aquia CST414M Elongated Front, Dual Flush commode Toilet Kit, or any commode tested through the latest "Maximum Performance" (MaP) testing sponsored by Canadian Water and Wastewater Association (CWWA), the California Urban Water Conservation Council (CUWCC), the U.S.-Canadian Alliance for Water Efficiency (AWE) and Veritec Consulting Inc. that has shown to score 800 or better on the MaP Flush Performance test (grams of solid waste removed in a single flush). See the following link for the January 2008 report. http://www.cwwa.ca/pdf Tiles/Map%201lth%20Edition%20Ful1%20Report l.pdf Include a manufacturer's approved plastic or pressed wood white seat, supply pipe, shut-off valve, and wax seal. FAN/LIGHT FIXTURE -ENERGY STAR, 2008: Install an Energy Star approved ceiling -mounted Fan/Light fixture rated for a min 100 watts w/ an exterior ducted vent fan capable of min. 80-CFM operating at 1 Sone or less, vented w/ damper to exterior such as NuTone QTREN080FLT. Switch fan & light using a single switch with a time delay for the fan such as the EFI Fan/Light Time Delay Switch part # 5100.505 (in Ivory) http://www.ener<gyfederation.org/consumer/default.php/cPath/39 766 134 or equipped with a humidistat sensor. Install 4" metal duct and vent to the exterior ideally through a wall or gable end using a 4" hooded vent with damper. All duct seams shall be sealed with duct mastic. Insulate the ductwork with vinyl or foil faced R- 6 minimum duct insulation. Repair any damage to the ceiling installation and air seal fan/light assembly to the ceiling with low-VOC caulk. ACCESSORY SET, CHROME: Install a chrome -plated steel bathroom accessory set consisting of one 24" towel bars and toilet paper holder. 17. REPLACE FLOORING THROUGHOUT HOUSE All areas with wood flooring should be refinished as stated below. Flooring in bath and kitchen areas should be replaced with vinyl and flooring in bedroom should be replaced with carpet. CARPET AND PAD, REMOVE AND REPLACE: Remove carpet, pad, metal edge strips and tack strips to a code legal dump. Install FHA approved, Nylon/Olefin blend cut pile weave carpet. Install over a matched 1/2" medium density rebond pad w/ a minimum of seams. Carpet and Pad must meet the Carpet and Rug Institute's Green Label certification. Stretch carpet to eliminate puckers, scallops & ripples. Include tackless strips, metal edge strips & mending tape to cover entire floor including closets, Use same carpet in all locations specified. VINYL Replace 1/4" underlayment grade plywood where necessary (kitchen and bathroom), using 7d screw shank or cement coated nails, or narrow crown staples, 6" on center allowing a 1/4" gap at wall. Install 070" thick, backed vinyl sheet goods w/ minimum seams, per manufacturer's recommendations. Caulk edges of vinyl w/clear silicone caulk to create positive seal. Install metal edge strips in openings & shoe molding. REFINISH WOOD FLOORS WHERE EXISTING: Counter sink all nails and fill holes. Drum sand and edge 10%I ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US floor finishing with 120 grit sandpaper. Vacuum and tack rag room. Apply a coat of Minwax Water Based Polyurethane Base Coat followed by 3 coats of Minwax Water-Bascd Polyurethane for Floors, or a floor finish that complies with regulation 8, rule 51, of the Bay Area Air Quality Management District and may not exceed 250 grams of VOC per liter of coating as thinned to the manufacturer's maximum recommendation, excluding the volume of any water, exempt compounds, or colorant added to the tint bases. 18. UTILITY ROOM DRYER VENT Install 4" rigid aluminum vent tubing from the specified dryer location to a 4" wall mounted dryer vent hood with a back -flow preventer and NO screening. Do not fasten with nails, screws or other fasteners that protrude into the interior of the exhaust duct. Seal all seams in the system with duct mastic or aluminum foil tape, not duct tape. Secure duct and hood to framing. CLOTHES WASHING MACHINE HOOK-UP Install a two-inch PVC stand pipe with trap, and a single lever "quick shutoff' washing machine valve with hot and cold threaded hose outlets to service a washing machine. WASHER CIRCUIT 110\20 -AMP Install a flush or surface mounted duplex outlet for a washing machine on a separate 20 -amp circuit using #12 copper NM cable. DRYER CIRCUIT, 30 -AMP Install 220 volt, 30 amp, surface mounted receptacle on an individual circuit. 19. HVAC FURNACE 90+ GAS — REMOVE AND REPLACE: Remove existing furnace, recycle all metal components and dispose of all other materials in a code legal dump. Install a 90+ gas fired forced air furnace with minimum AFUE rating of 90% on 2" patio block to all new duct work & gas line. New furnace to be vented with PVC piping per manufacturer's specifications. New furnace will have minimum limited warranties of: 20 years on heat exchangers; 5 years on parts. Include auto set back thermostat controls, vent pipe & new shut- off valve. Rework cold air return if necessary to ensure easy access, good fit & easy replacement of air filter. An exterior return air filter box shall be installed on one side, both sides, or bottom of new furnace. Seal all exposed duct joints as a part of this item with Duct Mastic. Remove all existing cloth duct tape prior to installing mastic. All registers in the home are to be sealed with caulk to prevent energy loss. Replace any registers if required. AIR CONDITIONING UNIT: Install a 1300 SEER air conditioning unit, model to be approved by owner. 20. PLUMBING All plumbing in the interior and exterior of the home should be inspected by a licensed plumber. Plumbing components should be replaced and redesigned as necessary in order to meet code. Ensure that hose bibs are installed at both the front and back of the house. 21. WATER HEATER, 40 GALLON GAS Install a 4- gallon, glass lined, high recovery, insulated to R-7, gas water heater with a 10 -year warranty. Include pressure and temperature relief valve, discharge tube to within 6" of floor or to outside of structure, vent, thimble, and gas piping from shut-off valve to fixture. Dispose of old water heater in code legal dump. 22. INSULATION CRAWL SPACE ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US Insulation, vapor barrier and draped insulation should be completed to create an unvented crawl space in accordance with International Residential Code. SEALING WALL AND CEILING PENETRATIONS Seal all wall and ceiling penetrations in the attic created by plumbing, gas lines, electrical boxes and outlets with spray foam. Take care to seal all joints without excess foam. INSULATION Remove all existing insulation and re -insulate attic by blowing in cellulose. Determine amount of cellulose needed to achieve an R value of 38. Insulation of attic includes dense packing of any existing rafter bays. 23. ELECTRIC UPGRADE ELECTRICAL SERVICE TO 100 AMPS, REWIRE TO CODE, REPLACE ALL LIGHT FIXTURES AS NECESSARY AND INSTALL COVER PLATES THROUGHOUT THE HOME. Rewire unit to current National Electric Code including but not limited to: surface mount GFI in bathroom & kitchen; 15 -amp grounded tamperproof receptacles on all usable walls; switched lights in all halls, kitchen, bathrooms, and utility room. Install Energy Star rated ceiling mounted fans in each bedroom and the living room with switch at room entrance. Install hard wired smoke and carbon monoxide detectors; phone outlets, cover plates; counter receptacles; and circuits. Fish all wire and repair all tear -out. Replace exterior lights with two lamp halogen, dusk to dawn fixture with motion activated higher light level function. 24. CLOSETS CLOSET POLE Field measure and install 1-1/2" diameter wood closet pole and sockets in all three closets. 25. GARAGE OVERHEAD DOOR: Remove and discard existing overhead garage door. Provide and install new overhead garage door (color selected by owner) to fit existing opening. Complete with all necessary hardware and keyed lock. Include necessary framing and trim at both side of opening. Paint new door unit, color selected by owner. Install new 1/3 hp chain drive garage door opener with two remote controls, etc., opener to be a listed unit of medium quality. SERVICE DOOR: Remove and discard entire garage main door unit. Fill in existing door space. Cut new door in garage on side facing the front door of the house. Install a new pre -hung steel insulated door with jamb, trim at both sides, new deadbolt lock, keyed same as house, weather stripping, threshold, etc. Include new weather stripping at door from garage into house is applicable. Paint new door unit, color selected by owner. 12 P ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US 13 I' i C ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US BID SUMMARY Address Company 1023 Pacific ITEM DESCRIPTION $$COST Exterior 1 Replace Windows -house and garage 2 Exterior Doors 3 Replace Roof 4 Siding Replacement 5 Gutter Replacement 6 Side and Back Porch 7 Shed Removal 8 Landscaping 9 Fence 10 House Number Set 11 Mailbox Interior 12 Interior Doors/Closets 13 Drywall Repair/Replacement 14 Stairway 15 Kitchen 16 Baths 17 Replace Flooring 18 Utility Room 19 HVAC 20 Plumbing 21 Water Heater 22 Insulation 23 Electric 24 Closets 25 Garage TOTAL COST 14 I l r _....._._. ( I 11' t, I- ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US Ms. Jcanelle Andersen Program Coordinator 130 South McKinley Avenue Fort Lupton, Colorado 80621 Dear Ms. Andersen: The undersigned having become familiar with the specifications for Housing Rehabilitation Services and deliver to the City of Fort Lupton as set forth in the following schedule: 1023 Pacific Court $ DELIVERY DATE: I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes, and includes any applicable permits and fees for installation. I further certify that the items offered for intended use by the City of Fort Lupton will meet all specifications is has so indicated in this bid form. The Council of the City of Fort Lupton reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Council, is to the best interests of the Council and of the City of Fort Lupton. The Council of the City of Fort Lupton shall give preference to residents of Fort Lupton bidders in all cases where the bids are competitive in price and quality. FIRM BY BUSINESS ADDRESS TITLE CITY, STATE, ZIP CODE DATE TELEPHONE NO. FAX NO. TAXPAYER I.D.# DOES YOUR BID MEET OUR SPECIFICATIONS? YES NO CITY OF FORT LUPTON IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO.98-02812-0000. CITY OF FORT LUPTON FAX NUMBER IS #303-857-609 15 l' ************** REQUEST NO. FTL130103 ************** COME PAINT YOUR FUTURE WITH US CITY OF FORT LUPTON CERTIFICATION STATEMENT REGARDING ILLEGAL ALIENS The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with provisions of CRS 8-17.5-101 et seq. 2. The Vendor shall not knowingly employ or contract with an illegal alien to perform work under this purchase order or enter into a contact with a subcontractor that knowingly employs or contracts with an illegal alien. 3. The Vendor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, or (ii) otherwise shall comply with the requirements of CRS 8-(2)(b)(I). 4. The Vendor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the City may terminate the above referenced purchase order for breach and the Vendor shall be liable for actual and consequential damages to the City. CERTIFIED and AGREED to this day of , 200_. VENDOR: (Full Legal Name) BY: Signature of Authorized Representative(s) VENDOR(S) CANNOT BEGIN WORK UNTIL THIS COMPLETED FORM IS RETURNED TO THE CITY OF FORT LUPTON. 16Pag Hello