Loading...
HomeMy WebLinkAboutRFP - 8636 TRANSFORT BUS LIFT REPLACEMENT (3)Addendum 2 Page 1 of 4 ADDENDUM NO. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of RFP 8636: Transfort Bus Lift Replacement OPENING DATE: 3:00 PM (Our Clock) February 8, 2018 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: 1. Additional Information Exhibit 1 – Questions & Answers Exhibit 2 – Revised Schedule of Values Please contact Doug Clapp, CPPB, Senior Buyer at (970) 221-6776 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing Addendum 2 Page 2 of 4 Exhibit 1 Questions & Answers 1. If contamination is found in the excavated area who is responsible for removal, loading, transportation and replenish of contaminated materials? a. The City of Fort Collins will contract with an environmental contractor to monitor the excavation visually and with a photoionization detector (PID). Impacted soils will be manifested and transported by the environmental contractor. The bus lift contractor will be responsible for removal of soil and replacement fill material. 2. Is there an existing working floor drain in lift containment that can be reused or connected to for new lift installation? a. Yes 3. What is the maximum and minimum wheelbase range of vehicles for new lift? a. 13’6’’ – 23’0’’ 4. Who is responsible for soil compaction tests? a. The City of Fort Collins will contract with another vendor to provide testing and observation services. 5. Who is responsible for concrete tests? a. The City of Fort Collins will contract with another vendor to provide testing and observation services. 6. Does finished floor need to be sealed? a. Yes 7. What is the horse power rating of the existing lift pump motors? a. 7-1/2 hp 8. Are both pumps needed to serve the existing lift that will remain in service? a. Yes 9. During the site visit it was mentioned that the site electrician had verified there was only one available space to get power for the new lift. This was identified as a 100-amp fused switch in the main distribution equipment. Due to the limited amount of breaker space, would you prefer that eh 100-amp switch feed a new 24 space panel, this panel can then feed the new lift and leave available breaker space for future loads? a. Propose using existing power to lift and possibly additional 100-amps available, then once we award contract we can discuss other electrical power options. 10. How do you want the optional AWBP (automatic wheel base positioning) and wired remote control be listed in the bid? On the “schedule of values” in the bid package there is no space listed for these options. (re: 2.3 In-Ground Lifts, #8 & #9, pg. 10) a. See revised Schedule of Values. Addendum 2 Page 3 of 4 11. What is the depth of existing sump pit and is this this the location for the drain piping tie in from the newly installed pits? a. 92” 12. Is the existing floor thickness assumed 6”? a. Yes 13. Will the new concrete require epoxy coated rebar? a. We are not sure. Do not include as part of base bid. 14. Is there a need for any concrete hardener additive to the new concrete slab? If so please provide specification? a. The City of Fort Collins will provide concrete specification after bid award. 15. Is this a City of Fort Collins owned building and will there be permitting fees or are they waived? a. Yes, the City of Fort Collins owns the building. Yes, there will be typical permitting fees. 16. Who is responsible for manifesting and transporting impacted soils to the landfill? a. The City of Fort Collins will contract with an environmental contractor to manifest and transport any contaminated soils. 17. What is the extent of impacted soils to be accounted for? This impacts how much soil is to be removed, disposed of and replaced. a. Assume eight (8) feet below grade and eighteen (18) cubic yards. 18. In past projects some clients have requested epoxy coating the base pit floor. This helps ensure that oil leakage and other materials do not saturate the new concrete base pit floor. Would you like to include this in the overall bid? a. Do not include as part of base bid. We would like to entertain option after contract award. 19. Please clarify that this bid is to include only 1 lift replacement? a. Yes, 1 lift replacement. 20. Does the DBE documents need to be turned in before the bid opening? Or can it be turned in with the bid? a. DBE documents must be turned in with the bid. 21. When is the work anticipated to begin and do you have an anticipated completion date? a. We anticipate the construction will occur late spring of 2018. Addendum 2 Page 4 of 4 Exhibit 2 Revised Schedule of Values SCHEDULE OF VALUES Quantity Description of Work Schedule of Values for 1 lift Option for additional lift Lump sum Existing concrete pavement sawcut and disposal $ $ Lump sum Demolition and removal of existing lift equipment $ $ Lump sum *Soil excavation $ $ Lump sum Concrete foundation and floor $ $ One (1) unit New bus lift equipment $ $ Lump sum Electrical installation cost $ $ Lump sum Installation of new bus lift equipment (excluding electrical costs) $ $ TOTAL $ $ Optional Page 10 - 2.3 In-Ground Lifts #8 – Automatic Wheel Base Positioning $ $ Optional Page 10 - 2.3 In-Ground Lifts #9 – Wired Remote Control $ $ *Assume 8 feet below grade and 18 cubic yards Provide soil excavation price per cubic yard if over 18 cubic yards $ $