Fountain Square Renovation Project. Bid # ADDENDUM No. 2. February 14, 2017

Similar documents
Transcription:

Fountain Square Renovation Project Bid # 17-05 ADDENDUM No. 2 February 14, 2017 Any and all changes to the Contract Document are valid only if they are included by written addendum to all potential respondents, which will be mailed, emailed and/or faxed prior to the proposal due date to all who are known to have received a complete bid document. Each respondent must acknowledge receipt of any addenda by indicating on the Bid Form. Each respondent, by acknowledging receipt of any addenda, is responsible for the contents of the addenda and any changes to the bid proposal therein. Failure to acknowledge receipt of any addenda may cause the proposal to be rejected. If any language or figures contained in this addendum are in conflict with the original document, this addendum shall prevail. This addendum consists of the following: 1. Addendum Number Two (2) is attached and consists of a total of eight (8) pages including this cover sheet. Any changes to the drawings or specifications noted within Addendum Number Two will be reflected in subsequent drawing issues. Please feel free to call (847-866-2910) or email (jcalvert@cityofevanston.org) with any questions or comments. Sincerely, JacQuera Calvert Purchasing Specialist

Fountain Square Renovation Project Bid # 17-05 ADDENDUM No. 2 February 14, 2017 This addendum forms a part of the Specifications and Bid Documents for Bid #17-05 and modifies these documents. This addendum consists of the following: Drawings: Remove and replace the following plan sheets: Sheet G-06 Sidewalk Floor Drains removed from Base Bid Summary of Quantities Specifications: Remove and replace the following pages: Exhibit A Page 12 Sidewalk Floor Drains removed from Base Bid Schedule of Prices Clarifications: Clarification 01: Question 01: Answer 01: Question 02: The fountain contractor must be prequalified with the Illinois Department of Public Health (IDPH) as a Swimming Facility Contractor and will be responsible for signing the enclosed IDPH construction permit. X5030225, Concrete Structures Special, 160 cy, we were unable to locate a special provision or a quantity list of materials in the plans, does this pay item include, the Fountain Vault, VA Memorial Foundation and the Fountain Concrete only? This pay item includes the Fountain Vault, VA Memorial Foundation and the Fountain Concrete only. Please note on Sheet S-01 Cast- In-Place Concrete Note 25 which states that Xypex Admix C-500 is included in pay item. 50800105, Reinforcement Bars, 19500 lb, we were unable to locate a quantity list of materials in the plans, does this pay item include Page 2 of 8

the rebar in, the Fountain Vault, VA Memorial Foundation and the Fountain Concrete only? Answer 02: Question 03: Answer 03: Question 04: Answer 04: This pay item includes the Fountain Vault, VA Memorial Foundation and the Fountain Concrete only. Plaza Drain Spl, 3 ea, we were unable to locate a special provision or a quantity list of materials in the plans, where is this pay item to be installed and how? Plaza Drain (Special) special provision can be found on page 58 of the special provisions. Pay item is called out on plans on Sheet U- 03. The specifications on Sheet F-9 (#38) require a wind sensor controller and anemometer. What is this controlling? The fountain is protected from splashing outside the pool area due to high winds by the wind sensing device which signals the fountain program to reduce motor speeds to lower the fountain nozzle heights and initiate programs that suit the windy conditions. Question 05: On Drawing M-06 Electrical Note 14 calls for PMI power monitor No Exceptions. PMI does not have a part # S7330-A080-C0A0- A0A. Is there a better number? Answer 05: Question 06: Answer 06: Question 07: Answer 07: The project specific model #: PMI Boomerang 3 Phase Monitor, Part Number Boom 03 RV. Page 300, Section 2.7 Variable Frequency Drives Not required on this project other specification areas call for VSD s. Drawing M- 06, call for SSRVS Solid State Reduced Voltage Starters. These will not control pump speeds. Do we use VSD s Please clarify. Pumps 1-4 require Variable Frequency Drives to control the heights of the nozzle rows during sequencing operations. Manufacturer: Schneider, Model: series ATV320 Page 305, Specification 2.12A specifies DMX nozzle relays. The nozzles are not DMX controlled. Please clarify. The nozzles are not DMX controlled. The rows of nozzles will have their height controlled by the Variable Frequency Drives required for each pump as noted in Addendum No 02, Specifications Question 01. Page 3 of 8

Question 08: Pages 314, Specification 2.16 Strainers Basket/Filtration Units B 2 states strainers to be FRP but Sheet F-9 Items 4,9,14,19 & 25 state them to be stainless steel. Please clarify. Answer 08: Question 09: Answer 09: Items 4, 9, 14, 19 & 25 are to be stainless steel construction. DEFO ATS series. What is procedure for approval of or Equal equipment? Can this be done in Submittal process? Please refer to the following paragraphs: Instruction to Bidders - Page 4-15. SPECIFICATIONS Reference to brand names and numbers is meant to be descriptive, not restrictive, unless otherwise specified. Bids on equivalent items will be considered, provided the Bidder clearly states exactly what is proposed to be furnished, including complete specifications. Unless the Bidder specifies otherwise, it is understood the Bidder is offering a referenced brand item as specified or is bidding as specified when no brand is referenced, and does not propose to furnish an equal. The City reserves the right to determine whether a substitute offer is equivalent to, and meets the standard of quality indicated by the brand name and number. Instruction to Bidders - Page 6-23. CATALOGS Each Bidder shall submit, when requested by the Purchasing Specialist, catalogs, descriptive literature, and detailed drawings, fully detailing features, designs, construction, appointments, finishes and the like not covered in the specifications, necessary to fully describe the material or work proposed to be furnished. More detailed procedures can be found in Division 100 (page 16 of 22) Substitutions and Product Options - Supplements Section 106. Note: Acknowledgment of this Addendum is required in the Bid. Page 4 of 8

627 Grove Street, Evanston, Illinois 60201 Tel 847.869.2015 Fax 847.869.2059 client / owner City of Evanston project name FOUNTAIN SQUARE RENOVATIONS project address FOUNTAIN SQUARE PLAZA 700 Davis Street Evanston, Illinois 60201 seal / signature owner City of Evanston 2100 Ridge Avenue Evanston, Illinois 60201 p 847.448.4311 Engineer Christopher B. Burke 9575 West Higgins Road Suite 600 Rosemont, Illinois 60018 p 847.823.0500 2 landscape architect of record TESKA ASSOCIATES, INC. 627 Grove Street Evanston, IL, 60201 p 847.869.2015 f 847.869.2059 Fountain Consultant The Waterworx Co. 2300 Yonge Street, Suite 1600 Toronto, Ontario, Canada M4P 1C4 p 416.252.7001 BID SET issue / date description revision 2 02.09.2017 ADDENDUM NO. 2 keyplan pm la cad MM JM PM 2/8/2017 N:\EVANSTON\150642\Civil\G-06-FSR.sht issue date 1.19.2017 sheet name Summary of Quantities sheet number G-06 6 of 135

PAY ITEM NUMBER BASE BID CONTINUED PAY ITEM NAME UNIT OF MEASURE TOTAL QUANTITY X0327146 RELOCATE BIKE RACK EACH 1 X1400081 X2130010 X4240430 X4401198 X5030225 FULL-ACTUATED CONTROLLER AND TYPE SUPER P CABINET (SPECIAL) EXPLORATION TRENCH, SPECIAL PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH, SPECIAL HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH CONCRETE STRUCTURES (SPECIAL) EACH 1 FOOT 100 SQ FT 17520 SQ YD 4295 CU YD 160 X5030400 SIDEWALK FLOOR DRAINS EACH 3 UNIT PRICE TOTAL PRICE X5610706 WATER MAIN REMOVAL, 6" FOOT 58 X5630706 X5630708 X5630712 X6020399 X7010216 CONNECTION TO EXISTING WATER MAIN 6" CONNECTION TO EXISTING WATER MAIN 8" CONNECTION TO EXISTING WATER MAIN 12" CONNECTION TO EXISTING MANHOLE TRAFFIC CONTROL AND PROTECTION, (SPECIAL) X8360215 LIGHT POLE FOUNDATION, 24" DIAMETER, OFFSET X8620200 X8760200 XX002260 UNINTERRUPTABLE POWER SUPPLY, SPECIAL ACCESSIBLE PEDESTRIAN SIGNALS STRUCTURES TO BE REMOVED EACH 1 EACH 1 EACH 3 EACH 2 LSUM 1 FOOT 26 EACH 1 EACH 14 EACH 8 XX003121 TRENCH DRAIN, SPECIAL FOOT 30 XX003313 REMOVE AND REINSTALL BRICK PAVER SQ FT 940 XX004688 BRICK PAVER SIDEWALK SQ FT 3235 XX008422 BRICK PAVER REMOVAL SQ YD 1958 XX008910 PAVEMENT MARKING (SPECIAL) SQ FT 1360 EXHIBIT A 12