HomeMy WebLinkAboutAddendum 1 - BID - 10106 Schoolside Park
Addendum # 1
RFP 10106 Schoolside Park
ADDENDUM NO. 1
Description of Invitation to Bid (ITB) 10106: Schoolside Park
ITB DUE DATE: 3:00 PM (Mountain Time) February 14, 2025
To all prospective Bidders under the invitation to bid documents described above, the following
changes/additions are hereby made and detailed in the following sections of this addendum:
Exhibit 1- Questions and Answers
Exhibit 2 – Updated Bid Schedule
Please contact Adam Hill, Senior Buyer, at 970-221-6777 or adhill@fcgov.com with any questions
regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE ITB STATING THAT THIS ADDENDUM HAS BEEN RECEIVED.
nd Floor
970.221.6775
970.221.6707
fcgov.com/purchasing
Addendum # 1
RFP 10106 Schoolside Park
Exhibit 1 – Questions and Answers
1. Q: Can you please clarify tentative start state of March 25, 2025
Response: Contractor needs to install construction fencing prior to April 1st due to nesting
season for songbirds.
2. Q: Please clarify who is responsible and for what tests. Some sections indicate that the
Contractor is responsible. Whereas, some sections indicate "Field Quality Control
indicates Owner will provide all field testing"
Q: Can you confirm that material testing is by Owner and this line item is for coordination
only? (Reference Bid Schedule of Values: Contractor Quality Control Testing)
Response: Contractor is responsible for scheduling materials testing with the City’s on call
testing vendor. City will pay for the materials testing. City representatives and Contractor
are responsible for Field Quality Control as it pertains to the drawings and specifications.
3. Q: Will permit fees be paid by owner?
Q: Can Bid Item “Allowance for Permit Fees” be changed to a Force Account set to a
specified amount so all bidders are bidding the same amount given it will be difficult to
determine what building permit cost will be without applying for said permits?
Response: The bid form was updated to change the Bid Item “Allowance for Permit Fees”
to a Force Account set to a specified amount
4. Q: Will a bid item for Topsoil Strip, Stockpile, Replace be added or should we include with
Clearing and Grubbing? Or, is topsoil included with the earthwork quantities? Can items be
added to the bid tab to account for topsoil stockpile and topsoil placement?
Response: Include stripping and stockpiling of topsoil in clearing and grubbing bid item. A
bid item was added for the redistribution of the estimated 808 cy of topsoil located onsite.
Please see specifications and Sheet LS105 for more detail.
5. Q: On Bid Schedule of Values, Site Furnishings, spec 323300 – those are the items the City
has purchased and Contractor is only installing? Only items in Site Furnishings for
Contractor to supply and install is the Chain Link Fence scope of work?
Q: Can the ‘Site Furnishings” section in the bid tab be updated so City furnished items are
clearly identified in the “Installation Only” portion of this section and items to be furnished
and installed by the contractor are separated?
Response: Yes, bid form is updated to reflect this change. All City provided site furnishings
to be installed by Contractor. Cost of installation of Contractor provided site furnishings
should be reflected in bid price. Refer to 32 33 00 Site Furnishings specifications for
quantities.
6. Q: Please confirm that meter pits for the domestic water service and irrigation service have
been installed but the taps have not yet been made. There doesn’t seem to be a bid item to
do the taps (or set the meter pits).
Q: C200 - States the type K copper to be installed but does not clearly indicate the 1.5" has
already been tapped at meter pit, can you clarify?
Response: Separate meter pits for the domestic water service and irrigation service are
installed. (See Sheet C200). The City purchased the 1.5” tap and converted an existing 3/4"
Addendum # 1
RFP 10106 Schoolside Park
residential tap to a commercial tap. Contractor to install meters and associated work
according to drawings and specifications.
7. Q: Sheet LS501 details H, I, J. Landscape boulders bid item includes all three details. Can
you add separate bid items for each detail due to the notable requirement differences?
Q: The bid schedule has 138 landscape boulders, but the plans show only 118. Please
indicate where the remaining 20 boulders are located.
Q: Please specify the average size of the landscape boulders shown in detail J, sheet LS501.
Q: Should the 34 median boulders be per detail H or J on sheet LS501?
Response: Landscape boulders are now separate line items: landscape boulders,
playground boulders and boulder amphitheater boulders and stone steps for amphitheater.
Boulders in median will be detail J/LS501. Disregard Landscape Boulder schedule on LP001
and bid on quantities on bid form.
8. Q: On sheet CE103, Total volume imported of 1,513 matches bid form quantity the note
below table indicates 4,381 CY of fill accounted for as stockpiled Adding the import and
stockpile totals 5,894 CY whereas the bid form earthwork quantity is 8,646 CY. How do we
get from 5,894 CY to 8,646 CY?
Response: As indicated on Bid Form, the 8,646 CY also includes onsite cut materials.
Engineer’s estimations from available data indicates there is approximately 2,750 CY of in-
situ soils that need to be moved from areas of cut to areas of fill. This leaves the fill deficit
of 5,894 CY which is anticipated to be covered by onsite stockpiles and the additional
import fill numbers indicated.
9. Q: Bid form Subgrade 12" Scarify & Recompact - 1,015 CY , How was this quantity derived
or what are the limits/ boundaries?
Response: 12” scarify and recompact should occur under all proposed concrete and
asphalt on the project. Refer to concrete and asphalt details and earthwork specifications
for additional information. This is the minimum depth recommended by geotechnical
investigation.
10. Q: Bid form Drainage Aggregate - 90 CY, How was this quantity derived or what are the
limits/boundaries and material specification?
Response: Drainage rock on bid form refers to the “crushed rock” shown in the French
Drain and Drywell details for the extents of these areas shown in the plans. Refer to
Earthwork specifications for “1-1/2” Washed rock” material designation.
11. Q: Which bid item should detail A and c/LS502 be included?
Response: Include dry well, playpit drainage and shelter roof drainage under Shelter,
Playground & Climbing Boulder Sub-drainage bid item.
Addendum # 1
RFP 10106 Schoolside Park
12. Q: Where is the closest fire hydrant?
Q: Does the City have a specific fire hydrant nearby in mind that’s suitable for pulling
construction water?
Response: For bidding purposes, use the hydrant located at Tilden St and Zephyr Road.
13. Q: How was this quantity derived or what are the limits/boundaries and is backfill an
import? If so, material specification?
Q: What work scope does Bid Item 31 23 16 Excavation and Backfill of Trenches 25 CY
pertain to?
Response: This bid item is removed and all work related to trenching should be included in
Earthwork – Cut, Fill, Compact Onsite Material and Earthwork – Import Common Fill.
14. Q: Were the onsite stockpiles soils tested?
Q: Should contractor assume on-site soils are acceptable for embankment work for pricing
purposes?
Q: There are 2 stockpiles of material on-site. Are these stockpiles suitable for embankment
fill or are they primarily topsoil? Have these stockpiles been factored into the earthwork
calculations?
Response: There are two stockpiles onsite, one stockpile is topsoil. See Question #4 for
topsoil information. For bidding purposes, assume the other soil stockpile is acceptable for
embankment work. Yes, stockpiles have been factored into the earthwork calculations.
15. Q: Are deviations from the designated site access allowed, such as access through PSD
parking lot?
Response: No, the only access permitted will be as designated on the drawings.
16. Q: Pre bid stated signage by City (Contractor install). Signage include signs listed on C300
and Park Sign on LS101? Looking to confirm the signage needs for the Schoolside Park
project:
• Standard Park Regulatory Sign – is this an install only?
• Standard Park Identification Signage – is this also install only?
• Stem Signage – install only?
• Are there needs for any other signs for this project?
Response: The City provides the sign for both the regulatory sign and the identification sign
and the Contractor is responsible for installation of the sign, as well as posts and hardware.
Stem signage is purchased by the City and installed by playground installer. Refer to
drawings and specifications for other signs needed for this project.
17. Q: Are metal rigid PVC coated 90s required for all underground electrical conduits per
specs? Does that include pole bases? Detail #2 on E002 shows 18”x24”x30” D minimum in
grade box, but Detail #1 on E003 states 12”x12”x18”D, which is required?
Q: Confirming metal rigid pvc coated 90s are indeed required for all underground electrical
conduits per specs? Does this include Pole Bases too? (These are not required by NEC
code & add significant cost versus standard non-metal pvc 90s).
Addendum # 1
RFP 10106 Schoolside Park
Q: Detail# 2 on E002 shows 18”x24”x30”D minimum in-grade box, but Detail#1 on E003
states 12”x12”x18”D, please confirm?
Response: Non metal rigid PVC coated conduit 90s are permitted for use in pole bases and
into the shelter columns. Provide metal rigid PVC coated elbows into the power pedestal or
power panel. Provide minim 18”x24”x30” D min grade boxes.
18. Q: For Natural Buffer Zones, refers to 5.6 Land Use Code, was that document included with
the bid documents?
Response: This refers to the City of Fort Collins Land Use Code which can be found online
at https://www.fcgov.com/planning-development-services/luc.
19. Q: To confirm, City has purchased play equipment and installer. Contractor is just
coordinating the install? Response: Yes.
Q: Is the playground equipment installation to be schedule by the contractor?
Response: Yes.
20. Q: Note says City of Ft. Collins meter pedestal and EC to provide main breaker. Is the City
providing the meter/main? Or is the EC purchasing the meter/main from the City?
Q: Regarding the existing Electrical Meter Pedestal to be removed & New Meter
Pedestal/Feeder from Utility Transformer to new Meter Pedestal, who furnishes & or
installs? Fort Collins Utilities or Contractor?
Response: Electrical Contractor shall provide the metered pedestal and main breaker in
compliance with the requirements of Fort Collins Light and Power. Utility company will
provide and install the meter in the pedestal.
21. Q: Chain link Fence: 4’h fence is calling for 1 ¾ mesh on fence detail (D) and 2” fabric on
double gate detail (B). Is 2” mesh acceptable?
Response: Yes. Shop drawings are required for final approval.
22. Q: Chain link: Project Spec p. 258, 2.2A.2, 11 ga (8 ga finish), is 9 ga (8 ga finish)
acceptable?
Response: Yes. Shop drawings are required for final approval.
23. Q: Chain link: What size of base plates are required? Are Titen HD anchors without grout
acceptable?
Response: Chain link fence to be surface mounted with 6” square plate and according to
detail. Titen HD anchors without grout are acceptable. Shop drawings are required for final
approval.
24. Q: Chain link: Is standard 10’ posts spacing acceptable?
Response: Yes. Shop drawings are required for final approval.
25. Q: Alt. Ameristar Fence, picket spacing 3” or standard 4”?
Response: 3”. Shop drawings are required for final approval.
26. Q: Alt. Ameristar: what size of baseplates are required? Are Titen HD anchors without grout
acceptable?
Addendum # 1
RFP 10106 Schoolside Park
Response: 6” base plates. Titen HD anchors without grout are acceptable. Shop drawings
are required for final approval.
27. Q: Alt. Ameristar: double gate is called out as Ameristar Echelon Plus Majestic. The fence
and single gate are called out as Ameristar Montage Plus Majestic. Which is correct? Can
you clarify dimensions for access gate?
Response: Ameristar Montage Plus Majestic. Regardless of fence type, pedestrian gate to
be self-closing and include a gate stop. Access gate to be 10’ whether it is chain-link or
decorative.
28. Q: Does the Greenflush Prefab Restroom come in pieces that the contractor has to
assemble?
Response: The restroom arrives on two trucks in two pieces, vault and top unit.
29. Q: A401 - Does not indicate floor drain piping to vault. Would you prefer a P-Trap
connection, or would a Trap Seal be sufficient?
Response: Connection provided by restroom manufacturer.
30. Q: IR 3.0 - States backflow to be installed within a solid surface box. Would a solid surface
stainless steel box be the specified product? Or would a “hotbox” with electrical outlets for
a heater be preferred?
Response: Refer to the Legend on Sheet IR1.0 for backflow preventer model (VIT Strongbox
SBBC Series, sized as needed).
31. Q: IR 2.0 – What existing utility should we tap into for the irrigation system? The plan set
does not clearly state on the aforementioned page.
Response: A 1.5-inch meter (for irrigation use) is to be installed. Also refer to Civil plans.
32. Q: IR 2.0 – It is not clearly stated if the 1.5” copper piping is already installed. Will this need
to be tapped or is it existing? Is there a water valve present to shut water supply off?
Response: The copper piping shown on this sheet is new copper pipe from the meter to the
winterization assembly and backflow preventer.
33. Q: There are no maintenance requirements currently given for the project. Are we able to
submit maintenance detail plans for any warranty period chosen or will those be given to us
after the contract has been awarded?
Response: Warranty period is 2-year warranty period. Base bid to include 2-year landscape
maintenance and management period. Refer to bid form for Alternate #2 and Alternate #3
descriptions.
34. Q: The enlargement label on the bottom left of the sheet reads, "Planting Bed Enragement
(By others)". Can you confirm if this scope of work is to be included in CONTRACTORs
price? If not, the quantities on the 'Bid Schedule' are incorrect. (Reference drawing LP106)
Response: Yes, this work is included. “(by others)” will be removed.
35. Q: On the Left side of the sheet it reads, "See sheet LP104 for median planting plan". This
enlargement is on page LP106 (Reference Drawing LS101).
Addendum # 1
RFP 10106 Schoolside Park
Response: Note should read “See sheet LP106 for median planting plan.” LS101 will be
updated to match.
36. Q: No manufacturer/product/or designation is specified. Please provide further detail.
(Reference specification 32 18 16/ Section 2.3)
Response: EWF to be FibarSystem 300 and supplied by Bedrock Slingers or approved
equal.
37. Q: Can the detailed bid form (excel) be provided after the bid opening by the selected/low
general contractor?
Response: Yes, all bid schedules are subject to the Colorado Opens Records Act (CORA).
38. Q: I want to note that the excel bid form formulas are not summing correctly.
Response: Noted. Please use updated bid form.
39. Q: What is the size of the backboard? 10'x12', 10'x16', 10'x20' (LS104/ Specifications 32 33
00 Section 2, Tennis Backboard)
Response: Refer to detail D/LS502. Quantity is (1) and the size is 10’x16’. Detail and specs
have been updated to reflect the change.
40. Q: The specifications and Bid Schedule call for a quantity of 2. Can you confirm that there
are only 1 total? (Reference Specification 32 33 00/ Excel Bid Schedule)
Response: Quantity is (1) and the size is 10’x16’.
41. Q: This detail shows downspouts that connect to a storm connection. Are Contractors to
provide gutters/downspouts? If so can you please provide details and specifications?
(Reference drawing CD100 detail 4)
Response: Yes, Contractor to provide design and installation of gutters /downspouts.
Force Account exists on bid form for design and installation of downspouts and gutters.
42. Q: The detail LS 502 B shows the thickness as 6" and the landscape boulder schedule on
sheet LP001 shows the thickness as 12". Can you please confirm the required thickness?
(Reference drawings LS502 and LP001, B, Landscape Boulder Schedule)
Response: Thickness to be 12” for stone steps to account for 6” bury depth.
43. Q: Drawing LS502 calls for V-groove cedar at the Port-O-Let and specifications call for
Square edge. Can you confirm which option we need to price? (Drawing LS502 and 06200-1
Section 2.02)
Response: Yes, V-groove.
44. Q: Can you please provide more detail for what is supposed to go into the 'Soil Prep - Other'
Line item? (Reference Bid Schedule)
Response: Refer to 32 91 13 – Soil Prep.
45. Q: The specifications call for squeege for the 'Pollinator Meadow' soil amendment, but
does not give how much squeege is needed to mix in. Please provide the required squeege
amount for this area. (Reference Pollinator meadow soil prep Specification 32 91 13, 2.1-D,
3.3-H-5)
Addendum # 1
RFP 10106 Schoolside Park
Response: Squeege to be used in pollinator meadow and median. Thoroughly mix soil with
squeegee for a minimum of six-inch (6”) depth for a ratio of one to one (1:1).
46. Q: Can the CAD files be made available for earthwork volume calculations? We would
appreciate receiving these sooner than February 7th , if possible, to assist with the
development of our bid proposal.
Response: CAD files will be made available to selected Contractor to verify earthwork. Bid
quantities provided will be used to select Contractor.
47. Q: Will the contractor be using the City surveyor for surveying?
Response: No the Contractor is responsible for hiring their own surveyor during
construction and for the as-built documents.
48. Q: Sheet IR2.0 shows the irrigation POC at the existing meter pit in the tree lawn between
back-of-curb and the detached walk on Northbound Timberline. There is a meter setter in
the pit but no meter. It looks like the copper is installed in-and-out of the pit running
east/west. Does the City know if the copper runs under the detached walk? If so, can the
POC, master valve, & flow sensor be installed on the east side of the detached walk?
Response: Refer to Civil plans for meter. Install new copper piping from the meter to the
winterization assembly and backflow preventer. Coordinate exact location of the
winterization assembly, backflow preventer, master valve, and flow sensor with Owner's
Representative on site prior to construction.
49. Q: We are assuming the existing ¾” Meter Pit located in the tree lawn along northbound
Timberline Rd is to be reused for the feed to the new vault restroom. Does the existing ¾”
copper line cross under the detached walk?
Response: Yes.
50. Q: Sheet LS504 Details C/H show a 4” concrete slab with 4” #67 gravel underlayment under
the Poured-in-place safety surfacing. Is this 4” slab and gravel underlayment incidental to
Bid Item 32 18 16 Poured-in-place Surfacing 3735 SF? There is no bid item for 4” concrete
flatwork.
Response: 4” concrete slab has been added to the bid form.
51. Q: Regarding Alternates #2&3, How will the plant warranty be affected if there is improper
maintenance & water control by the City and not buy the installer. Walking the site 1-2x per
month is not likely to catch issues before they effect plant health.
Response: If bid alternate #2 or #3 is accepted, the contractor and the City will create a
memo of understanding on maintenance and plant warranty.
52. Q: Could you verify the dimensions of the PT basketball slab (Length × Width)? Please
provide both the peak length and the edge length of the slab.
Response: Peak length is 54’ and at the midpoint it is 53.5’ width. The bottom arc length is
55’-8”.
53. Q: The basketball court layout (Sheet LS505; Detail F) appears to be off-center on the slab,
leaving uneven spacing on two sides. Can you confirm if this is the correct striping layout?
Response: The layout is correct and the empty space is for run out.
Addendum # 1
RFP 10106 Schoolside Park
54. Q: Please clarify tax exempt status for Fort Collins. The contract documents indicate Owner
is exempt from Colorado State taxes. What about Larimer County taxes. Considering Fort
Collins is a Home-Rule tax entity (self-administered), will City Sales and use taxes also be
exempt?
Response: Correct, the project would be exempt from all (State, County and City) sales
and use taxes for all permanent materials for the project. Contractor tools, equipment and
materials needed to complete the construction work that are not part of the final project
would not be exempt from these taxes.