HomeMy WebLinkAboutAddendum 1 - BID - 10205 Power Trail Crossing at Harmony Road
Addendum # 1
10205 ITB Power Trail Crossing at Harmony Road
ADDENDUM NO. 1
Description of ITB 10205: Power Trail Crossing at Harmony Road
ITB DUE DATE: 3:00 PM (Mountain Time) September 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 – CDOT Form 606 Anti Collusion Affidavit – April 2024
Exhibit 3 – CDOT Form 1414 Anticipated DBE Participation Plan – June 2024
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
10205 ITB Power Trail Crossing at Harmony Road
Exhibit 1 – Questions and Answers
1. Could you please confirm if CDOT Form 1413 Bidders list is required to be completed
and submitted? Also, I believe forms 606 and 1414 have been updated.
Response: Confirmed with CDOT form 1413 Bidders list is not required at time of bid
but will be required to be entered by the awarded Contractor within B2Gnow once
signed up.
See attached Exhibit 2 & 3 for updated forms 606 Anti Collusion Affidavit & 1414
Anticipated DBE Participation Plan.
2. Is the City willing to extend the bid due date?
Response: No, the due date is to remain September 18, 2025.
3. Due to work occurring within the 150’ right of way of the railroad as indicated in the
project plan set will the selected Contractor be required to hold railroad insurance
coverages?
Response: Yes. According to Union Pacific Policy all work within the ROW is required to
have Railroad Protective Liability Insurance.
4. Please confirm Contractors will not need railroad flaggers or training for this project?
Response: The scope of this project is outside of the 25’ offset from the railroad
centerline which is the trigger for requiring flaggers and training.
5. Please provide a more detailed description of what work needs to be completed within
the first 250 days of construction. Does the 250 days start on the first day of
mobilization to the site or the first day the traffic detour starts or another date?
Response: Formal start of day count will be discussed with the awarded Contractor and
mutually agreed upon with City project representatives and issued in the Notice to
Proceed. Work to be completed by the (250) calendar days to achieve substantial
completion will include restoration of normal traffic conditions to Harmony Road to
include (3) lanes of through traffic in each direction. This requirement is to return
normal traffic operations to Harmony Road as quickly as possible.
6. On plan page 50 would you clarify the note “Power Trail to be constructed under a
separate project Shown for information purposes only”.
Response: This note is in reference to the trail portion of the overall project which will
be bid separately.
7. On the bid Form “507-00000 Concrete Slope and Ditch Paving” can we get a
clarification of what type of concrete and the thickness?
Response: Concrete Slope and Ditch Paving for the embankment protector, the slope
paving between the north trail and road, and temp sidewalk are all 4” thick. The
concrete slope and ditch paving for the swale is detailed on page 83 and also 4” thick.
Addendum # 1
10205 ITB Power Trail Crossing at Harmony Road
Concrete shall be Macro Fiber-Reinforced Class B concrete as stated in the CDOT
specifications section 507.
8. Throughout the bid form there are items that are not Included in the Project
Specification. Can the Specifications be updated to include these items?
Response: All bid items are Standard CDOT Bid Items covered by the Standard
Specifications () or covered by the project special provisions.
9. The light poles from the fixture schedule in the prints are not BABAA compliant, would
you like alternates?
Response: Please bid the poles included in the Contract Documents, please do not
provide alternates for this item.
10. Are PVC coated GRC 90s and risers required for underground power conduits?
Response: Yes.
11. Note 3 of the One-Line Notes is missing from sheet number 115.
Response: This note <3> should state, "400AMP CT, NEMA 3R ENCLOSURE TO FORT
COLLINS LIGHT & POWER (FCL&P) SPECIFICATIONS." Please note that the One-Line
Notes are listed on sheet number 114.
12. What is the warranty period?
Response: There is no warranty period per CDOT. A landscape establishment period of
(2) growing seasons is required by the Contractor.
13. Who will handle Quality Assurance (QA) and Quality Control (QC) for the asphalt
portion of the project?
Response: The Contractor will be responsible for handling QA while the City will have a
consultant providing QC.
14. Will RAP be allowed in the Asphalt?
Response: Yes, but asphalt mix designs will need to be approved by CDOT.
15. Please confirm that the pump station as defined in the specifications is a single
manufactured product for purpose of BABA compliance, and that a single compliance
statement signed by the pump station manufacturer confirming compliance is
sufficient.
Reference Document:
Exhibit B – Project Specifications dated August 25 2025, Revision of Section 622A
(Pump Station)
Background Info:
Addendum # 1
10205 ITB Power Trail Crossing at Harmony Road
Bidder considers the pump station as defined in the specifications to be a single
manufactured product for purposes of BABA compliance.
Response: Yes, for the purposes of this bid, but must be approved by the CDOT Local
Agency Representative for the awarded Contractor.
16. The pre-bid meeting slides show proposed additional staging area off Innovation Drive
to the south of the project area. We contacted the current tenants and property
manager of this building/ lot and were not able to determine whether this site is
available and if contractors will need to pay for rent. Availability is subject to any lease
agreements for the property which can't be guaranteed. It was also stated that the area
may not be available or only small sections would be available. Will this area be
secured by the City for this project? If not, please provide a contact so contractors can
determine rental costs, available area, etc.
Response: The City is not providing a staging area or requiring this staging area to be
used. This was identified as a potential staging area and shared only as a potential
option for the Contractor. Contact information for the Property Manager is Mike Ruff,
970-566-9503 or mruff@hcbeer.com.
17. Will the relocated 12" PVC waterline require flowable fill as utility trench backfill per
'Utility General Note #7 (sheet 23) and the 'Trench Detail' on Sheet 13 in locations
underneath existing and/or proposed pavement?
Response: Per LCUASS flowable fill is required for utility trench backfill underneath
pavements in the ROW. Refer to chapters 22 and 25 for specific information.
https://www.larimer.gov/engineering/development-review/new-road-access-design-
and-construction-standards/urban-area-street-standards
18. Are there any specific certifications and/or licenses required by the Contractor to
perform the new waterline work?
Response: A City of Fort Collins ROW Contractors License is required for work in the
ROW.
https://www.fcgov.com/engineering/excavation
19. Please confirm artwork will be completed by others.
Response: Artwork will be completed by others. Artwork foundations are included in the
plans and bid schedule. Contractor and artist responsibilities are outlined Sheet 92.
20. Please verify the snow melt system extents.
Response: The extents of the snow melt system is shown on sheet 93 of the plan set
and includes the stairs, landings and reinforced areas abutting the stairs.
21. Does the City have a preferred snow melt system designer?
Addendum # 1
10205 ITB Power Trail Crossing at Harmony Road
Response: The City does not have a preference so long as it meets the project design
and specifications.