1. Revision to page 170

Size: px
Start display at page:

Download "1. Revision to page 170"

Transcription

1 ADDENDUM No. 2 IFB No.V-1208A Design, Build, Operate and Maintain a new turnkey CNG Fueling Station. Date: January 7, 2015 To Prospective Bidders: The purpose of this addendum is to clarify answers in Addendum No. 1, and make revisions in the above referenced Invitation for Bids (IFB) wherein the following clarifications and revisions (in red) are hereby incorporated and made part of the IFB. All other provisions and requirements as originally set forth, except as amended by previous addendum, remain in full force and are binding. It is required that this addendum must be acknowledged with your bid submittal. Failure to do so will indicate that you are not bidding to the updated information, and your bid may be deemed non-responsive and therefore disqualified. Clarification questions related to this addendum shall be submitted in writing to najeem.ahmad@transdev.com. Revisions to the IFB 1. Revision to page General The Contractor shall perform all Operation and Maintenance (O&M) services for NICE Bus two (2) existing CNG Stations and for the new turnkey CNG Station at MF as per the equipment manufacturer s recommended O&M procedures or NICE Bus required O&M schedule given in the IFB, whichever is more stringent. The Contractor shall provide 100% CNG fueling station O&M including all labor, consumables, repair, rebuild and replacement costs for all NICE Bus CNG Stations including existing stations and the new station. Contractor shall be responsible for the operation and preventative maintenance and repairs of the entire NICE Bus existing CNG Stations located at Mitchel Field and Rockville Centre and the new CNG station at Mitchel Field, and provide the maintenance services by its qualified maintenance technicians with a minimum of three years of experience in maintaining CNG equipment similar in size and complexity. NICE Bus IFB No.V-1208A Addendum No. 2 1

2 2. Revision to page Supplies The Contractor shall provide all required maintenance parts and supplies including wear and tear items such as belts, hoses, nozzles, lubricants, filters required for performing routine and non-routine O&M services for all NICE Bus CNG Stations, under this contract. By submitting a bid in response to this IFB, the Contractor has considered all the costs associated with such parts and supplies required for performing O&M services under the resulting contract, and the Contractor has included such costs in its bid. Parts for Non-Routine and Emergency services: The Contractor shall provide a firm fixed price quotation for all parts, supplies, equipment or components, and material out of O&M services for Work such as nonroutine repairs and maintenance, emergency work, upgrades, equipment rebuilds and major overhauls that are not covered under routine O&M services, when requested by the NICE Bus procurement department. NICE Bus will review and evaluate the quotation for price reasonableness and at its sole discretion and will elect whether to negotiate and/or accept the quotation or order the required parts through a third party. The Contractor will be required to submit sufficient cost data including profit/fee information, as determined by NICE Bus, to permit NICE Bus to analyze the proposed costs and prices for reasonableness. Under emergency circumstances, the Contractor shall be responsible to provide CNG Station parts and/or supplies, unless otherwise directed by NICE Bus Project Manager or his designee, required for emergency repairs of all NICE Bus CNG Station equipment (i.e., NICE Bus existing CNG Station at Mitchel Field and Rockville Centre, and the new CNG Station to be built under this contract at Mitchel Field). All periodic instruction forms, maintenance repair forms, and log books work orders, will be furnished by NICE Bus. All necessary tools and equipment required to perform this contract are the Contractor s responsibility. NICE Bus s man-lift will be available to the Contractor for use in the NICE Bus CNG Station fueling island and to aide in gas and fire detection calibration. The Contractor shall notify and coordinate with the NICE Bus Project Manager or his designee to use the man-lift, in advance of any need for use. Labor for Non-Routine and Emergency services: The Contractor shall bill the firm fixed hourly rates as given in its bid for labor performing non-routine and emergency services. NICE Bus IFB No.V-1208A Addendum No. 2 2

3 3. Revised Progress Payment terms SP 4.3 Progress Payments: NICE Bus will make progress payments to the Contractor as work progresses based on estimated percentage of Work completed that meets the standards of quality established under the contract and as approved by NICE Bus Project Manager or his designee, under the following conditions: Computation of amounts: NICE Bus will review each progress payment request to determine if it is complete and meets Contractual requirements as described elsewhere in the IFB The total amount of progress payments shall not exceed 80% of the total contract price Reduction or suspension of payments: NICE Bus may reduce, retain a percentage of the progress payment or suspend progress payments or take a combination of these actions, in the event a satisfactory progress has not been achieved by the Contractor during any period for which a progress payment is requested. Determinations to take any or combination of aforesaid actions shall be at sole discretion of NICE Bus. With the terms of the contract such actions may be adjusted as the contract approaches completion to recognize better than expected performance, the ability to rely on alternative safeguards, and other factors. Upon completion of all contract requirements, the retained amounts shall be paid to the Contractor promptly The Contractor s request for progress payments shall include the following substantiation: a) The Contractor shall submit an invoice for progress payment in accordance with the Contract documents but no more frequently than one invoice per month during the term of the Contract. b) The invoice shall indicate how the percentage of work requested for progress payment has been derived. c) A progress payment cover sheet shall be prepared summarizing the monetary totals detailed on the breakdown sheet(s). d) An itemization of the amounts requested, related to the various elements of work required by the contract covered by the payment requested. NICE Bus IFB No.V-1208A Addendum No. 2 3

4 e) A listing of the amount included for work performed by each subcontractor under the contract. f) A listing of the total amount of each subcontract under the contract. g) A listing of the amounts previously paid to each such subcontractor under the contract. h) Additional supporting data in a form and detail required by the Contracting Officer. i) In the preparation of estimates for percentage of Work completed, the Contracting Officer may authorize material delivered on the site and preparatory work done to be taken into consideration. Material delivered to the Contractor at locations other than the site also may be taken into consideration if: (i) Consideration is specifically authorized by this contract; and (ii) The Contractor furnishes satisfactory evidence that it has acquired title to such material and that the material will be used to perform this contract. (iii) The Contractor shall be responsible for all costs associated in any verification of equipment and/or material to NICE Bus (for example costs for travel needed to verify equipment built for this Contract) Upon submitting a Progress Payment request, the Contractor agrees to transfer full ownership and/or title of the equipment, services or Work required under this contract to County of Nassau. Clarification Questions Question 1: With reference to Amendment 11 of the Addendum, we have a specific request for clarification. If an assessment reveals parts needing replacement for the 4kv switchgear as a pre-existing condition, would the contractor be responsible for the full costs of the specialized labor required for repairs? Clarification: Yes. If the 4kv switchgear needs a replacement and the replacement is out of routine O&M services, then the Contractor shall provide a firm fixed price quotation for material only to NICE Bus. The Contractor shall bill the firm fixed hourly rates as given in its bid for labor performing non-routine and emergency services. Please see Addendum No. 2. Question 2: The waste remediation question was raised in questions #7, #34, #40, #109: In order to clarify more about the materials the contractor would be NICE Bus IFB No.V-1208A Addendum No. 2 4

5 responsible for remediating, we have the following request. It is possible to take soil samples from the area closest to the rail spur, because the tank removal is currently underway and the ground is opened. Would NICE Bus consider sharing the results of any soil samples taken in the rail area, after the analysis is completed by Nassau County? Clarification: It is the Contractor s responsibility to take all the existing site measurements and perform soil testing. NICE Bus will not provide any measurements or any soil sampling and/or testing. Question 3: Regarding the answer to question 7, could NICE Bus please define the term remediate/remediation as it pertains to specific, acceptable and measureable work, under the terms of this IFB? Clarification: Remediate means taking all measurements to match the existing architecture and/or infrastructure. Question 4: With regard to the existing contamination, could NICE Bus please clarify the extent of excavation or remediation required by the Contractor (i.e., excavate to clean verified by laboratory sampling)? Clarification: It is the Contractor s responsibility to take all measurements for excavation of the existing contamination, if found any, for the new turnkey CNG Fueling Station. Question 5: With regard to the existing contamination, since the extent of contamination is unknown, would NICE Bus consider allowing unit rates for excavation, stockpiling, sampling, hauling and disposal? Clarification: The Contractor shall consider all Work required to design and build a turnkey CNG Fueling Station in its bid. Question 6: Regarding the answer to question 21, could NICE Bus clarify the following: a) In which circumstances the contractor would need to bill for emergency services? Clarification: Only in emergency situations when NICE Bus Project Manager or his designee puts an emergency request to the Contractor. b) Is the Contractor required to comply with any prevailing wage rate provision in calculating these rates? Clarification: The Davis Bacon Act applies only to construction work. Please refer to Davis Bacon Act Provision stipulated in Section 5 of the IFB. Question 7: Regarding the answer to question 43, would NICE Bus consider allowing the contractor to store spare parts in your warehouse areas on site or near to the depots? NICE Bus IFB No.V-1208A Addendum No. 2 5

6 Clarification: Yes, but the Contractor should take it under consideration when redesigning the Instrument Control room. There is a small area in each store room for CNG Station parts. Question 8: Regarding the answer to question 47, could NICE Bus please clarify whether the contractor is responsible for repairing the fuel management system? Clarification: Yes. If needed, as part of the O&M services, the Contractor shall repair the fuel management system. Question 9: Regarding the answer to question 60, could NICE Bus please clarify whether the following accurately describes the technician requirement: The contractor must provide three (3) on site technicians (120 hour/week average) at Mitchell Field and two (2) on site technicians (80 hours/week average) at Rockville Centre to perform required maintenance and repairs? Clarification: The Contractor shall provide a minimum three (3) onsite technicians to perform O&M services at Mitchel Field and two (2) onsite technicians at Rockville Centre. The Contractor s service technicians shall be available 24 hours per day, 7 days per week, and two (2) hours maximum emergency response time, for the duration of the O&M contract. It is the Contractor s responsibility to take all measures to meet the O&M requirements described in the IFB. Question 10: Regarding the answer to question 4, could NICE Bus please clarify what elements of the EJ Ward system are currently in use and when not fully utilized after construction, what elements affect the programming by the Contractor? Clarification: The E.J. Ward System has been limited in its usage however the equipment must be maintained till it has reached its useful life. Question 11: Regarding the answer to both parts of question 87, would NICE Bus consider modifying the language given the following clarifications: a) Would NICE Bus consider that the policy does not respond to all the Contractor s obligations under the contract? It will respond to contractual liability as defined under insured contracts in the policy. Clarification: Insurance requirements are revised in addendum no. 1. The Contractor shall provide and maintain the requirements as described in the IFB. b) Would NICE Bus consider that our policy is for new conditions only? Clarification: Insurance requirements are revised in addendum no. 1. The Contractor shall provide and maintain the requirements as described in the IFB. NICE Bus IFB No.V-1208A Addendum No. 2 6

7 BID SCHEDULE (REVISED) CNG Station Equipment 1 Electric motor driven package compressor units Each 2 $ $ Natural gas engine driven package compressor units Twin tower manual regeneration natural gas dryer Modify existing Natural Gas dispensers and control system Each 2 $ $ Each 1 $ $ Each 1 $ $ 5 Main Control Center Each 1 $ $ 6 CNG Storage System Each 6 $ $ 7 Buffer/matrix control system Each 1 $ $ 8 Motor Control Center LOT 1 $ $ 9 All Security system LOT 1 $ $ 10 All Fire and Gas detection system LOT 1 $ $ 11 All Electrical equipment LOT 1 $ $ 12 All other CNG Station equipment LOT 1 $ $ Professional Services 1 All design and engineering services LOT 1 $ $ 2 All other professional services LOT 1 $ $ NICE Bus IFB No.V-1208A Addendum No. 2 Revised Bid Schedule 7

8 Construction No ITEM DESCRIPTION UNIT QTY UNIT PRICE EXTENDED PRICE 1 Mobilization (including trailers and all on and offsite expenses to mobilize work) Lot 1 $ $ 2 Surveying Lot 1 $ $ 3 Site preparation, Excavation, trenching, backfilling Lot 1 $ $ 4 Existing utility relocation Lot 1 $ $ 5 Modification to site Lot 1 $ $ 6 Curbs, gutters, and site concrete work Lot 1 $ $ 7 Piping / Tubing Lot 1 $ $ 8 Electrical Service Lot 1 $ $ 9 Walls, Fences, Gate, Guardrails, and Bollards. Lot 1 $ $ 10 Commissioning Lot 1 $ $ 11 Startup Lot 1 $ $ 12 Acceptance Testing Lot 1 $ $ 13 Training Lot 1 $ $ 14 Project Closeout Lot 1 $ $ 15 Demobilization Lot 1 $ $ 16 All other construction material and construction related services Total for CNG Station Equipment, Professional Services, and Construction Lot 1 $ $ $ NICE Bus IFB No.V-1208A Addendum No. 2 Revised Bid Schedule 8

9 Operation and Maintenance O&M of EXISTING CNG Station at Mitchel Field Fast Fill O&M of existing Fast Fill 1 station at Mitchel Field (Year 1) as per specifications given in section 6 O&M of existing Fast Fill 2 station at Mitchel Field (Year 2) as per specifications given in section 6 O&M of existing Fast Fill 3 station at Mitchel Field (Year 3) as per specifications given in section 6 O&M of EXISTING CNG Station at Mitchel Field Time (Slow) Fill O&M of existing Time Fill 4 station at Mitchel Field (Year 1) as per specifications given in section 6 5 O&M of existing Time Fill station at Mitchel Field (Year 2) as per specifications given in section 6 6 O&M of existing Time Fill station at Mitchel Field (Year 3) as per specifications given in section 6 O&M of NEW CNG Station at Mitchel Field O&M of New CNG Station at Mitchel Field (Year 1) as per 7 specifications given in section 6 and bidder s unpriced technical proposal 8 O&M of New CNG Station at Mitchel Field (Year 2) as per specifications given in section 6 and bidder s unpriced technical proposal 9 O&M of New CNG Station at Mitchel Field (Year 3) as per specifications given in section 6 and bidder s unpriced technical proposal O&M of EXISTING CNG Station at Rockville Centre NICE Bus IFB No.V-1208A Addendum No. 2 Revised Bid Schedule 9

10 O&M of CNG Station at Rockville Centre (Year 1) as per specifications given in section 6 O&M of CNG Station at Rockville Centre (Year 2) as per specifications given in section 6 O&M of CNG Station at Rockville Centre (Year 3) as per specifications given in section 6 Emergency and Non-Routine Price Labor Hourly Rates Per Person (PP) hourly rate for labor performing emergency 13 services (year 1) hourly rate for labor performing emergency services (year 2) hourly rate for labor performing emergency services (year 3) hourly rate for nonroutine services (year 1) hourly rate for nonroutine services (year 2) hourly rate for nonroutine services (year 3) Total for Operation and Maintenance $ DECOMMISSIONING AND REMOVAL OF OLD CNG STATION Price for Old CNG Station at 1 Mitchel Field credit to the overall cost of the project LOT 1 $ ( ) $ ( ) NICE Bus IFB No.V-1208A Addendum No. 2 Revised Bid Schedule 10

11 OPTION YEARS TO OPERATE AND MAINTAIN CNG STATIONS O&M of New CNG Station at 1 Mitchel Field - Option year 1 as per specifications in the base contract 2 O&M of New CNG Station at Mitchel Field - Option year 2 as per specifications in the base contract 3 O&M of CNG Station at Rockville Center - Option year 1 as per specifications in the base contract O&M of CNG Station at 4 Rockville Center - Option year 2 as per specifications in the base contract Emergency and Non-Routine Price Labor Hourly Rates Per Person (PP) hourly rate for labor 5 performing emergency services - Option year hourly rate for labor performing emergency services - Option year 2 hourly rate for nonroutine services Option year 1 hourly rate for nonroutine services Option year 2 Total for optional year(s) $ BID TOTAL $ Total Bid in words: BY SIGNING AND SUBMITTING BID DOCUMENTS, THE UNDERSIGNED, AS NICE Bus IFB No.V-1208A Addendum No. 2 Revised Bid Schedule 11

12 BIDDER, HEREBY DECLARES THAT HE/SHE, OR HIS/HER ASSOCIATES, ARE THE ONLY PERSON OR PERSONS INTERESTED IN THE IFB AS PRINCIPAL OR PRINCIPALS, AND THAT HE/SHE IS LEGALLY AUTHORIZED TO REPRESENT AND BIND THE BIDDER TO LEGAL AGREEMENTS; THAT THIS BID IS MADE AND SUBMITTED WITHOUT ANY COLLUSION WITH OTHER PERSON(S), FIRM(S), COMPANY, ENTITY, OR PARTIES; THAT HE/SHE HAS EXAMINED THE IFB, AND HAS INFORMED HIMSELF/HERSELF FULLY IN REGARDS TO ALL TERMS AND CONDITIONS OF THE IFB AND PERTAINING TO THE PLACE OF WORK (IF ANY) WHERE THE WORK IS TO BE PERFORMED; THAT HE/SHE HAS EXAMINED THE SPECIFICATIONS AND/OR SCOPE OF WORK AND ALL CONTRACTUAL DOCUMENTS RELATIVE THERETO, AND HAS READ AND AGREES TO COMPLY WITH REQUIREMENTS OF THE CONTRACT DOCUMENTS INCLUDING NICE TERMS AND CONDITIONS, APPLICABLE FEDERAL TRANSIT ADMINISTRATION (FTA), NEW YORK STATE AND LOCAL PROVISIONS DEFINED IN THE CONTRACT DOCUMENTS. Bidder s Signature: Date: Print Name: Company Name: Company Address: City, State, Zip Code: Federal ID#: Phone #: Fax #: NICE Bus IFB No.V-1208A Addendum No. 2 Revised Bid Schedule 12

13 Fencing map NICE Bus IFB No.V-1208A Addendum No. 2 13

14 Existing Fence Proposed Relocated Fence Gate To Have A Dual Lock For DPW & NICE Bus Unbuildable Dual Access Area Double Gate Fence Removed Fence Proposed Fence Future Proposed Fence Proposed Fenced Area - 12,120 Sq Ft Future Proposed Fenced Area 4,220 Sq Ft Unbuildable Dual Access Area 4,635 Sq Ft NICE Bus 700 COMMERCIAL AVE GARDEN CITY, NY REVISED FENCE LAYOUT TANK FARM/CNG STATION 12/18 FINAL DRAWING NO. DATE DESCRIPTION DATE ORIGINAL SCALE NOT TO SCALE LATEST REVISION JOB NO. CHECKED DRAWN KR