FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 Fax: (850) 414-4951 ADDENDUM NO. 2 DATE: March 3, 2016 RE: BID #: BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment OPENING DATE: March 15, 2016, at 3:00PM LOCAL TIME Notice is hereby given of the following changes to the above-referenced BID: The following pages should be deleted from the current solicitation document and replaced with the below pages: Page 2: Bid sheet has been revised. Please submit only the revised version with your bid submission. Pages 19-21: Exhibit A Scope of Services has been revised. Bidders/Proposers must acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the bid/proposal opening. Failure to do so may subject the bidder/proposer to disqualification. Bidder/Proposer Address Submitted by (Signature) Sherill Johnson, Procurement Agent Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.
BID SHEET BID #: ITB-DOT-15/16-9028-SJ FOB: FDOT Structures Research Center 2007 East Paul Dirac Drive Tallahassee, Florida 32310 BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment Item # BID AS SPECIFIED Description Bid Price 1 Furnish and Install two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages and Associated Equipment, per Exhibit A Scope of Services $ Item # Option (Will not be used to determine award) Description Bid Price 2 Wireless Remote Control Function, per Exhibit A Scope of Services $ DELIVERY: Delivery will be made within days after receipt of Purchase Order. Is this product available with recycled content? Yes No If yes, please send information separate from this Invitation to Bid (See Recycled Material Special Condition for more information). MFMP Transaction Fee: All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14. However, all vendors should be aware that effective November 1 st, 2015 through July 1 st, 2016, in accordance with Senate Bill 2502-A, the Transaction Fee will change from one percent (1%) to seven-tenths of one percent (.70%) of the payment issued. The Transaction Fees imposed shall be based upon the date of issuance of the payment. NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: FEID# Address: City, State, Zip: Phone: Fax: E-mail: Authorized Signature: Date: Printed/Typed: Title: 2
EXHIBIT A SCOPE OF SERVICES FDOT Structures Research Center Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment BID AS SPECIFIED Site Address FDOT Structures Research Center 2007 East Paul Dirac Drive Tallahassee, Florida 32310 19
Scope of Work a. The replacement of the existing (quantity of two) 20 ton capacity overhead crane hoists, trolley packages, and any associated mechanical and electrical equipment necessary for a turnkey system. b. Vendor shall supply all materials, supplies, labor, freight, and equipment for the entire scope of work. c. Installation of the new equipment along with the removal and disposal of the existing equipment shall be included. d. All installed equipment shall be inspected, test run and load tested as per OSHA 1910.179 Overhead & Gantry Cranes Regulations. e. The hoists and trolley packages shall be VFD controlled for a variable speed of travel. A separate line item cost to modernize the existing bridge travel systems to variable speed control will be entered into the bid package as an option. f. The control system shall allow the two cranes to be operated independently or simultaneously for the entire length of the existing runway. g. Each crane shall have traveling festoon pendants for operation. The festoon systems shall be C track and the festoon trolleys shall have metal roller bearings for long life. The festoon cables shall be of the flat type and all connections shall be hardwired. h. Optional wireless remote control of all of the crane functions, including the ability of independent or simultaneous control. The wireless control option, if selected, would be installed in addition to the wired traveling pendant control stated in bullet g above and the traveling pendant control would be used as a backup system in case of the wireless system failure. i. A continuous ground connection that is compatible with the current runway collector system shall be installed to the existing crane electrical system. Existing Equipment Specifications Original Vendor: R.J. Mack Company Structure Duty Group: CMAA Class C Crane Use: Indoor Number of main hoists per bridge: 1 hoist Two (2) Motor driven double girder top running bridge cranes 20-Ton capacity Top running double girder Crane girder special reinforced wide flange double girder End truck wheel base of 9-0 with two (2) 15 diameter double flange wheels 52-3 span (approx.) Overall length 54-0 Crane travel speed 50 feet per minute, single speed with two (2) 1 HP motors (Type A-4 drive). Crane rail ASCE 40# rail Runway collectors three (3) Duct-O-Bar type collectors on one end truck for line voltage Deshazo Crane Serial Nos. 4296-1, 4296-2 Two (2) Motor driven double girder electric wire rope hoist carriers (trolley package includes hoist and carrier) 20-Ton capacity Shepard Niles catalog number MT1R4N2 Lift 22-0 available Girder Centers 6-0 Reeving 4-part double ½ standard steel cable plumb lift Lift speed 13/4 feet per minute, two speed with 20/7 HP motor Carrier travel speed 50 feet per minute with ballast resistors and brake. 1 HP motor Voltage 460 Volt, 3 phase, 60 Hertz Serial Nos. 70693,70694 Electrification Duct-O-Wire Festoon system 20
SPECIAL NOTES: All items are to be bid as a complete package. Delivery and installation date is not to exceed June 10, 2016. A no-cost, mandatory pre-bid site visit at the location listed within the timeline is required to verify all dimensions, specifications, and customer requirements before submitting a bid package. All bidders are to include an itemized, detailed bill of materials, options and labor for installation/removal and disposal, complete with all specifications, technical drawings and details. All concealed damages and/or items found necessary to be repaired or replaced upon start of the installation of the bid package items included in this bid scope, and not readily apparent prior to the beginning of the work, and not otherwise covered by the purchase order, shall be brought to the customer s immediate attention and a price for said work agreed upon and approved prior to proceeding with the repairs. The installation scheduling is to be approved by the customer based on their work schedule and the total installation time will not exceed 10 working days due to the impact it will have on productivity. 21