HomeMy WebLinkAboutAddendum 4 - BID - 10166 Transfort Maintenance Facility (TMF) HVAC Improvements
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
ADDENDUM NO. 4
Description of ITB 10166: Transfort Maintenance Facility HVAC Improvements
ITB DUE DATE: 3:00 PM (Mountain Time) July 18, 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 – Project Specifications Manual Dated March 22, 2023
Exhibit 3 – City of Fort Collins Quality Assurance & Quality Control Plan
Exhibit 4 – Updated Bid Schedule
Exhibit 5 – Existing One-Line Diagram
Exhibit 6 – TMF Electrical Room Grounding Pictures
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 # 4
10166 Transfort Maintenance Facility HVAC Improvements
Exhibit 1 – Questions and Answers
1. There are DDC Controls Detailed on drawings M7.1, 7.2 and 7.3 but there are no
specifications included. The details show control, monitoring and alarming
requirements but no details on whether an Operator Workstation is to be included
or how the monitoring is to be accomplished. Any information will be greatly
appreciated.
The BAS scope will be a separate Owner contract. Gas detection scope to be
included with the awarded Contractor. BAS devices, sensors, wiring shall the
Owner BAS Contractor.
2. The Equipment Schedules on M6.1 list the following integration requirements:
a. CH-1 Note 2, RTUs Note 5, DOARs Note 5. The Control Drawings on
M7.1,.2,.3 list hardwired DDC points that should be available by BACnet
integration from the equipment. Please clarify which points are to be
Factory Points and available by integration and which are to be the
hardwired points.
Response: Contractor shall make allowance to furnish every point shown on the
control diagrams on sheets M7.1, M7.2 & M7.3 as a hardwired point to the BAS
controllers. This includes distributed field devices and points shown on the
controls diagrams such as temperature control valves, bypass valves, temperature
sensors, pressure sensors, smoke detectors and non-packaged equipment such as
pumps, fans, fan-coil units, door air curtains, and their associated VFD’s shall be
hardwired points.
Packaged equipment with a manufacturer furnished /installed internal controls
such as the Chiller, Air Handling Units, Roof Top Units, Boilers, etc. shall be capable
of operating under their own sequences, and safeties, and shall all be furnished
with a BACnet IP or BACnet MS/TP communications card and connection to the BAS
controllers to allow integration with the BAS for the display of non-critical readings
such as temperatures, pressures, speed, etc. The Bidder shall provide an
allowance for displaying these in the Graphic User Interface package.
The minimum Hardwired points available on the BAS for each instance of the
packaged equipment shall be the Enable/ Disable, Fault, and Status. Allowance
shall be made for remote reset dry contact pair on the chiller, boiler, Energy
Recovery AHU’s and RTU’s.
b. M7.2, Boiler Points List Note identifies BACnet Communication with BAS Via
BACnet MS/TP but that is not included in the Boiler Schedule. Please clarify
for boiler controller.
Response: Per the above response the Boiler shall be provided with BACnet
communications card for MS/TP or IP. All mechanical equipment must connect to
the BAS.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
3. After researching the PoweredAire website for the TSD DACs I did see BACnet
integration as an option. Please clarify if they will have BACnet controller or is the
DDC system is to control.
Response: DDC will control the Door Air Curtains. An acceptable alternative is
to use a position Switch on the associated door to enable and disable the Door Air
Curtain and provide an air curtain CT and door position switch status to the BAS.
Unit should be provided with BAC net integration option. The DDC will then
integrate to this device and control the units.
4. For Bid Alternate #2, are the existing RTUs to get new DDC controls or are they to
remain on pneumatic controls? If they are to have new controls, please provide
Control Drawings and Points List. If they do not get new controls, please clarify how
they are to be controlled from the DDC system.
Response: Existing RTU’s shall be connected to the BAS with an Enable/ Disable,
Fault and Status. If the existing units have a BACnet Card, then they shall be
connected to the BAS. Controls/BAS scope we be solicited in a future Invitation to
Bid (ITB).
5. For Bid Alternate #1 will there be a separate breakout Deduct for Controls?
Controls/BAS scope we be solicited in a future Invitation to Bid (ITB).
6. The Control Drawings and Points List show “Graphics” required. Please clarify how
the Graphics are to be Used and specify what level of Graphics Displays are to be
provided.
Response: This scope is to be by the Owner BAS Contractor. BAS scope we be
solicited in a future Invitation to Bid (ITB).
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
7. The Gas Detection System is listed as a BI on the ERV, Boiler and DOAR Points List
but a BO on the FCU Points List. Is this correct? Is Gas Detection Alarm the same
as the Emergency Shutdown in SOO?
Response: This appears to be a typographical error, these should all be Binary
Outputs from the BAS to the Equipment.
The intended Sequence is summarized as follows:
When the Gas Detection System is in alarm it shall send a signal to the ERV’s and
the Emergency Exhaust Fans to enable at 100% fan speed, and to the Garage Doors
to open.
Smoke detection at the ERV Smoke Detectors shall shut down the ERV.
The Roof top Units, Boiler, Heat Pump Chiller, Fan Coil Units, and Unit Heaters shall
all disable until the Gas Detection System is no longer in alarm. These shall also
shutdown with a Smoke Detector alarm.
8. M6.2 Note 4 under the Min Required Ventilation Rate lists DCV Controls Min-Max
Controlled by CO2 Sensor. The ERVs are to ramp up to 100% on Gas Detection
Alarm so is there a sequence for the FCUs and the RTUs?
Response: Refer to the Response above. The FCU’s and RTU’s shall shutdown on a
GDS Alarm.
9. M5.2 Details 5 & 6 show Calibrated Pressure Independent Control Valves. These
are very expensive compared to standard Bronze Control Valves, especially for the
larger valves. If the Loop Pressure is being controlled via VFDs on the pumps and
Pressure Differential controls, are the EPICVs really required? Using standard
valves would be a cost savings to the project.
Response: HRU-1 and HRU-2 will not remain under any alternate. They are to be
replaced by ERV-1 and ERV-2
10. During the Pre-Bid tour there were Z Duct units labeled HRU 1 and 2 in the
Mezzanine. There were also control boxes labeled MAU North and South, so it
appears these units are the same so please clarify how these units are to be
controlled from the DDC system if they remain for Bid Alt #2.
Response: they do not remain under any alternate, the HRU’s and associated
control system are to be replaced.
11. If the DDC System is to be bid directly to the City of Ft. Collins, will all the current
bid forms and T&Cs be applicable?
Response: BAS scope will be a separate future INVITATION TO BID (ITB) with its own
bid documents. Similar bid forms and terms and conditions would be applicable
for that bid as it is intended to be paid for with federal funding.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
12. Will the building be occupied during construction? If so, will the contractor be given
sections of the building at a time that can be closed off to bus traffic for safety?
Response: For additional information on coordination and hours of operation, see
Exhibit B - Section 01 1000 – Summary in the initial bid documents.
13. Note on A1.0 indicates "all work associated with new chiller and chiller pad that will
impede traffic flows to occur only on Sunday." Is the corridor between the bus wash
building and main building considered an area that will impede traffic flows? If yes,
can you confirm that all chiller work can only be performed on Sundays?
Response: Exterior work may occur at any time, and the entire space between
these two buildings is not part of traffic flow. So no, not ALL work for the chiller has
to be on Sunday, but only work that impedes on traffic flow may occur on a Sunday.
14. Will the contractor need to provide temporary heating, cooling, and ventilation in
the space during construction?
Response: The intention is that the HVAC System demolition and new work will be
scheduled for the Spring through to the Fall. Temporary cooling would not be
required and the demolition of the existing NG fired Radiant Heaters would be
phased for removal at the last available moment to maintain an ability to heat the
space.
15. What is the existing ceiling system in the office area (Sheet MD1.1)?
Response: Gypsum board ceiling. Reference 2/AD1.1.
16. Structural provisions for removal of and installation of the new mechanical
equipment in the mezzanine are not provided on this drawing set. If the new
equipment can not fit through the existing mezzanine doors, please provide
structural details for removal and shoring of CMU walls or roof systems, including
maximum allowed openings (Sheet MD1.2).
Response: Units selected are available to be shipped in sections for final assembly
in the space. Existing units shall be demolished into sections in the space and
removed in pieces, there is no requirement to salvage the existing equipment.
Knock-down construction is available
17. If structural recommendations are not available for removal and installation of
mechanical equipment in the mezzanine, can the city provide an allowance for all
contractors to carry for demo, temporary shoring/structural provisions, and patch-
back of mezzanine walls or roof structure for this scope of work (Sheet MD1.2)?
Response: Contractor means and methods. Refer to responses to questions 16
and 64.
18. The notes on site plan A1.0 indicate for a 10", 10,000 psi concrete slab for the chiller
equipment. Detail 10/S3.1 indicates for a 6" concrete slab. Please confirm which is
correct.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
Response: Both drawings are correct. The note on A1.0 is pointing to the adjacent
site concrete that is required to be patched in and is the Owner provided pavement
profile. 10/S3.1 is also correct for the pad specific to the chiller equipment.
19. What is the roof type of the existing building (Sheet S2.1)?
Response: The existing roof is metal deck with rigid insulation above.
20. What is the height of the mezzanine AFF (Seet A8.1)?
Response: Per the existing building drawings, the top of the mezzanine is at 11-foot
above first floor.
21. What is elevation of the building structure (Sheet 8.1)?
Response: There is no building structure shown on drawing A8.1 which includes
architectural millwork and windows, if this is the drawing in question. Per the
existing building drawings, the top of mezzanine above the scope included on A8.1
is at 11’ above first floor.
22. The life safety plan indicates the wall between the 1982 building and 2012 addition
as being the only rated wall. Are there any other rated assemblies in the space? Will
the new electrical room need to be rated (Sheet LS1.1)?
Response: Yes, the expanded Electrical 108 will be a one-hour fire barrier.
Reference information also on A1.1 which includes fire rating and penetration
firestopping requirements.
23. Has all the mechanical equipment specified on the project been confirmed to be in
compliance with Build America, Buy America requirements? If not, please provide
alternate equipment that meets the requirement (Sheet M6.1).
Response: Major Equipment is Build America, Buy America compliant. The Bidder is
responsible for verifying that all applicable equipment and building materials are
Build America, Buy America compliant.
24. It was discussed at the site walk that building controls are to be handled outside of
this contract, direct to the city with the controls vendor. Please confirm
Response: Correct. The Owner will contract building automation system separately.
Coordination will need to occur between Contractor and future Owner’s BAS
Contractor throughout the project.
25. Is a specification available for the mechanical scope, including insulation?
Response: See attached Exhibit 2 Project Specifications Manual Dated March 22,
2023.
26. The ESP on the ERVs is over 4" WC, documents indicate that the ESP on the supply
air is only 2" WC. Should the supply air from the ERVs be run in low or medium
pressure ductwork (Sheet M6.1)?
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
Response: TSP is listed as 4.35” ESP is listed as 2.00” Main trunks shall be Medium
pressure Ductwork, Branches to low level shall be Low Pressure Ductwork.
27. Please define what ductwork, piping, and equipment is included in the Alt 2
breakout. Based on Alt 2 areas on M1.2 and M1.4, is the existing DX unit located on
the roof? What is the supply and return/exhaust duct size and location that we need
to connect to?
Response: Alternate 2 removes the replacement of the existing HVAC in the Office
space and as such the risers to the Mezzanine for outside air to the proposed
system would not be required and the existing RTU serving the office area would
remain on the roof and the supply and return drops would require modification to
accommodate the new ERV’s and their duct work.
28. Keynote #6 on E1.1 references lowering electrical conduit and associated
components to 18" below the ceiling. What is the extent of the conduits that need to
be lowered?
Response: All bidders shall carry a $100,000.00 allowance for relocating anything
needed in the top 18” (C1D2 classified space) of the ceiling. See attached Exhibit 4
– updated bid schedule which includes this force account item.
29. Are the solar panels indicated on E2.2B part of the project scope.
Response: No.
30. Is the cable tray shown in the jobsite photos clear of the duct paths shown on the
new layout? Who is responsible for relocation if cable tray needs rerouting?
Response: The intent is to not relocate or adjust any of the existing cable tray. Early
coordination by the awarded Contractor to be done via RFI or shop drawing
submittal to identify any conflicts and plan for appropriate duct routing.
31. Since the project is federally funded, could the SBA registration of SBE/WOSB/DBE,
etc. count as part of the due diligence and "good faith" until partners CDOT
participation is granted?
Response: As stated in the bid the bidder can meet the good faith effort in two
ways. First, the bidder can meet the goal. Second, the bidder can document all
efforts made for the Owner to review that the bidder conducted a good faith effort.
Reminder that all good faith efforts must be made and documented prior to the bid
closing and cannot be made after the bid has closed. See link below for Title 49 CFR
Appendix A part 26 guidance concerning good faith efforts for how the Owner will be
reviewing that the bidder has made a good faith effort.
eCFR :: Appendix A to Part 26, Title 49 -- Guidance Concerning Good Faith Efforts
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
32. RFP states the owner is exempt from State sales and use tax, but does not say
City/County sales tax. Please confirm both the sales tax and use tax for city
/county.
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.
33. Please define what will be required to achieve substantial completion and final
acceptance. Also, will retainage be released once final acceptance is achieved?
Response: All systems will need to be operating as designed, and when staff can
occupy all areas. Retainage will be paid after final completion. The awarded
Contractor is responsible for sending the retainage payment application and other
required documents. This application will be authorized for payment pending any
terms and conditions and completion of a two-week advertisement by the Owner.
34. Does the City want to salvage any of the demolished electrical or mechanical
equipment for reuse elsewhere?
Response: Mechanical HRV’s will not be salvaged. Mechanical Heaters are not
intended to be salvaged. awarded Contractor to comply with City of Fort Collins
building permit recycling requirements for construction materials. More information
on the City of Fort Collins website
(https://www.fcgov.com/recycling/constructiondebris).
35. Are there preferred or existing partners for 1) fire sprinkler, 2) fire alarm, 3) controls,
or other that you would like us to use?
Response: 1) No preferred or existing partners for fire sprinkler, 2) Existing partner
for fire alarm, and vendor for monitoring is Alarm Specialists, INC. 3) BAS
Contractor will be separate a future bid, and separate Owner contract.
36. It is unclear what will need to be painted. Spec calls for primer on all steel coming
out, but not confident on what receives paint. Please confirm
Response: Assumption this question is asking about spec 05 500, Finish Section for
shop priming. This specification includes miscellaneous metal fabrications such as
lintels, angles, tubes, and steel support brackets which are all required to be shop
primed. Details throughout the drawings include locations with references to
“paint” which would imply intermediate and topcoats.
37. During the walk it was stated that the City will have a separate controls RFP. Please
confirm that the controls identified on M7.1/2/3 are not in scope.
Response: Correct. The Owner will contract building automation system separately.
Coordination will need to occur between awarded Contractor and Owner’s BAS
Contractor throughout the project.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
38. If controls are by others, when will they be complete and will they be required for
testing and commissioning? Gas detection is going to be required in order to get a
CO/TCO. Please confirm overall controls plan.
Response: Yes, they will be required for testing and commissioning. Gas detection
scope by awarded Contractor BAS will connect to gas detection panel for their
programming, but will not provide GDS devices, calibration, or any other scope
associated with the GDS. Typically, BAS Contractor will complete their work about
two weeks after mechanical is complete.
39. Are there any hold points for the City or design team in special Quality Control
inspections that we should account for in our schedules?
Response: Awarded Contractor is required to follow the Quality Assurance/Quality
Control Plan that is available on the Operation Services website
(https://www.fcgov.com/opserv/design-standards) or in attached Exhibit 3 – City of
Fort Collins Quality Assurance & Quality Control Manual. .
40. Will you provide us with the required bid form by 6/19/25 (Reference One-Line
E4.2)?
Response: The bid form are in section 00300, or starting at page 16 of the
INVITATION TO BID (ITB) document. Bid schedule is a separate bid document titled
“10166 Project Bid Schedule”. Bidder is required to fill these documents out with
their bid.
41. Where is the location of present grounding main Grounding bar and can we be
provided locations of current building grounding plan (Reference One-Line E4.2)?
Response: The existing electrical system is grounded to the building steel structure
above the existing MDP. Please see Exhibit 5 for the existing building one-line
diagram and Exhibit 6 for pictures that show the existing electrical room grounding
to building structural steel.
42. Will the EC need to procure the chiller (Reference One-Line E4.2)?
Response: Awarded Contractor is to furnish and install the chillers and provide the
required electrical power.
43. Is there a specific manufacturer needed, and what is the current system (Reference
One-Line E4.2)?
Response: Existing electrical equipment is General Electric (Refer to Addendum
#1). New equipment shall be provided per specification on sheet E0.3-E0.5.
44. Based off one-line and facility requirements/limitations on building operational
schedule/costs would interception of current conduits and splicing/tapping be
authorized for this project (Reference One-Line E4.2)?
Response: Existing conduit that is clear of the C1D2 classified space can be spliced
into if junction boxes are added and if appropriate. The installation shall meet all
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
code requirements and pass final inspection. Existing wiring in existing conduit can
be spliced into if it is clear of the C1D2 classified space, if a junction box is added, if
the wire specification and gauge does not change, and the final installation meets
all code requirements and passes final inspection.
45. Is it preferred to mitigate asbestos by interception of conduit rather then remove
and replace, due to the replacement of equipment; as well as requirements for any
possible disturbance while drilling, disconnection/removal of equipment, ceiling
support installation
Response: This Owner is only aware of asbestos in the mastic of the VCT that is in
the lunch room and office areas. A hazardous materials survey can be produced by
the Owner and sent to the awarded Contractor if requested. The Owner will have all
hazardous materials removed prior to construction if the scope of work requires it.
46. Confirmation there is no future use conduit to be re-directed to new MSB
(Reference One-Line E4.2)?
Response: Confirmed
47. Confirmation EC will need to procure “Air Curtains”?
Response: Contractor is to furnish and install the Air Curtains and provide the
required power.
48. Will the existing equipment that is not to be replaced need an arch flash study
(Reference One-Line E4.2)?
Response: Yes. Provide arc flash study for entire system.
49. Is the Panel EM assumed to be fire life safety and not to coordinate with down
stream 15kva transformer (Reference One-Line E4.2)?
Response: Panel EM shall be included in coordination study.
50. Does the EM panel need an SPD (Reference One-Line E4.2)?
Response: Yes. Provide SPD for all panels connected to Generator
51. On the one line it shows replacement of feed from disconnect next to wash building
to panel (E)LD, is this because of condition (Reference One-Line E4.2)?
Response: Feed from disconnect feed from disconnect next to wash building to
panel (E)LD can be reused.
52. What are the current Fire alarm systems (Reference F1.1/ F1.2)?
Response: Smoke and Heat detection only. Integration of the Gas detection is
required.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
53. The one-line has a 2500A feed to a 3000A MSB, is the bus or MSB to be upgraded
later (Reference One-Line E4.2)?
Response: No. MSB and bus sized for future PV system and shall be 3000 A rated.
54. There are multiple mentions of conduit removal as well as not installing new
conduits in the 18" from roof deck in the drawings. Does this indicate the 18" space
is C1 D2 per NFPA 52?
Response: Correct. The 18” space is C1D2 due to the use of Lighter than Air Fuel
Gas.
55. NFPA 52 is called out as applicable code on the mechanical drawings only.
(M0.1) Is it safe to assume NFPA 52 will apply to the entire drawing package?
Response: Correct
56. On sheet MD1.3, keynotes state G.C must use incumbent roofing contractor to
preserve the warranty on the roof. Please provide contact information for the roofing
contractor we will be required to use.
Response: The intent is that the awarded Contractor is to coordinate any roofing
repair or work with the Owner Project Manager to verify that the solution is
appropriate and will not void any existing warranty.
57. Sheet F1.2 calls out methane detection system manufacturer and part number of
Macurco GD-2A. Is this correct? The manufacturer states this detection package is
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
not to be installed in a hazardous location and is intended to be used in light
industrial or residential. Please confirm requirement.
Response: The location is not considered hazardous in the locations indicated. The
detectors will not be installed in the C1D2 classified space.
58. List the current identification of any/all assemblies that are not within the 18” of
ceiling that would be required to be moved.
Response: All bidders shall carry a $100,000.00 allowance for relocating anything
needed in the top 18” (C1D2 classified space) of the ceiling, see attached Exhibit 4 –
updated bid schedule which includes this force account item.
59. What types of priority would be given within the working area, and time would be
given to complete work if areas need to be shut down. ie: scheduled daily
shutdowns, 4hr windows.
Response: All shutdowns will need to be coordinated in advance with the Owner
prior to commencing. For additional information on coordination and hours of
operation, see Exhibit B - Section 01 1000 – Summary in the initial bid documents.
60. Sheet M2.2 shows multiple 4” TWS/R expansion loops. Are pipe guides and
anchors also be provided? If so, where are they to be located?
Response: Rolling Pipe supports should be provided for the pipes. Anchoring shall
only be required at the point the piping penetrates a wall. The expansion loops are
to be constructed with metraflex or similar flexible hose type joints so guides are
not required. Final locations and quantities shall be determined by the awarded
Contractor as part of their shop drawings.
61. Sheet M5.2 shows four differing piping support details. Is the mechanical
contractor to select any of the four for the installation?
Response: The awarded Contractor is responsible for selecting the appropriate
support type for the application and availability of a structural mounting point.
These details shall be submitted in the shop drawings for review and comment by
the EOR
62. Most of the TWS/R piping is shown as 4” to the ends of the run. Will any of these be
downsized while fully understanding this is reverse return?
Response: the future configuration and use of the facility is being considered for
flexibility in maintaining the 4” line size. Price as shown with the 4” piping.
63. Detail 3 on S 1.2, is the intention to remove both the north and south mezzanine
CMU walls to remove the demoed equipment and reinstall the new ERVs?
Response: Reference response to question 16. At the awarded General
Contractor’s option, they are welcome to propose shoring to allow for an opening in
the wall if better for means and methods. Shoring design would need to be
submitted to EOR for review.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
64. Note 4 of MD 1.1 – Is the intent remove all the existing building pneumatic controls
and install a new DDC system?
Response: Yes. A new DDC Distech system shall be provided by a direct contract
with the Owner
The Owner will contract building automation system (BAS) separately and will be a
future Invitation to Bid (ITB). Coordination will need to occur between awarded
Contractor and Owner’s BAS vendor throughout the project.
65. One-line E4.2/ Ground System: Where is the location of present grounding main
Grounding bar and can we be provided locations of current building grounding plan?
Response: Refer to response on #41.
66. One-line E4.2/ Chillers: Will the EC need to procure the chiller?
Response: Refer to response on #42
67. One-line E4.2/ Connections to Equipment: Based off one-line and facility
requirements/limitations on building operational schedule/costs would
interception of current conduits and splicing/tapping be authorized for this project?
Response: Refer to response to question #44.
68. Asbestos Mitigation: Is it preferred to mitigate asbestos by interception of conduit
rather than remove and replace, due to the replacement of equipment; as well as
requirements for any possible disturbance while drilling, disconnection/removal of
equipment, ceiling support installation.
Response: Refer to question #45.
69. PV One Line: Please confirm there is no future use conduit to be re-directed to new
MSB.
Response: Refer to response to question #46.
70. Air Curtain: Confirmation EC will need to procure "Air Curtains".
Response: Refer to response to question #47.
71. Arc Flash Study: Is the Panel EM assumed to be fire life safety and not to coordinate
with down stream 15kva transformer?
Response: Refer to response to question #49
72. LD Panel to Disconnect: On the one line it shows replacement of feed from
disconnect next to wash building to panel (E)LD, is this because of condition?
Response: Refer to response for questions #51
73. What are the current Fire alarm systems?
Response: The current system is an addressable smoke and heat detection system.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
74. The one-line has a 2500A feed to a 3000A MSB, is the bus or MSB to be upgraded
later?
Response: Refer to response for questions #53
75. Are there any restrictions on staging areas? Where will GC’s be able to put trailer
and temp fencing?
Response: Space for a job site trailer, staging area, and necessary temp fencing can
be provided. Actual location to be coordinated after award.
76. Will there be an asbestos report available?
Response: Yes, a hazardous materials study report can be made available.
77. Is there a space available for the GC or should we provide a job site trailer?
Response: Space for a job site trailer can be provided. Actual location to be
coordinated after award.
78. Is MC cable allowed?
Response: No. MC cable is not allowed. All wiring, including low voltage wiring is
required to be in conduit raceways.
Addendum # 4
10166 Transfort Maintenance Facility HVAC Improvements
79. Does the Owner contracted controls contractor provide their own conduit raceways
for controls wiring?
Response: No. Conduit raceways with pull strings are to be provided by the
awarded Contractor. Contractor to carry an allowance of $30,000.00 for this scope
and for existing BAS system demo. See attached Exhibit 4 – updated bid schedule
which includes this force account item.
80. Will the City award separate contracts for multiple trades for this project?
Response: No, the Owner will be issuing (1) contract for the full scope of the
project. With the exception of BAS controls and hazardous materials abatement.