/ COUNTY OF DANE
DEPARTMENT OF ADMINISTRATION
PURCHASING DIVISION
Room 425 City-County Building
210 Martin Luther King Jr. Blvd.
Madison, WI 53703-3345
608/266-4131
FAX 608/266-4425 TDD 608/266-4941
CARLOS PABELLON
Interim Director of Administration / CHARLES HICKLIN
Controller

DATE: September 4, 2015

TO: All Proposers Bid #115096 Truck Mounted Paint Striping Unit

FROM: Pete Patten, Purchasing Agent

SUBJECT: ADDENDUM #1

*The bid opening date is changed to Tuesday, September 15, 2015.

**For each part or item that must be equivalent to the bid specification, include a detailed explanation within your bid regarding how that part or item is equivalent to the part or item that is specified on the bid criteria. Dane County is the sole determiner of equivalency.

***See attached revised pricing form.

The following responses are provided to questions received:

1.  Page 1. Item 2. COATING: We would like to use our PinnAcle/Stratum two component urethane architectural coating system (see attached “PinnAcle Stratum.pdf”). Will this be allowable by the County as an “equal” to the Martin Senour Urethane with enhancer specified? We also powder coat and zinc plate components for even more durability in certain areas requiring more durability, is this also acceptable?

The Coating must be equivalent to the coating in the bid specification.

2.  Page 1. Item 2. FASTENERS: The last sentence of this section indicates that all fasteners shall be chromium or cadmium plated. This is not common to our industry, and is used mainly for military and aircraft use. We stock as an industry standard and more commonly available “off-the-shelf”. Is there a specific reason or purpose for restricting the manufacturer to chromium or cadmium plating on all fasteners, or will our standard fasteners be considered as an equal for this bid by the County?

Zinc (grade 5) and Zinc Chromate (grade 8) fasteners would be acceptable.

3.  Page 2, Item 5. PLATFORM: For a combination of strength, corrosion resistance, and safety reasons we would like to provide our standard platform construction and practices (per the attached Word document “platform.docm”). The areas that vary from the County’s current specification are the following:

a)  We use 4" (5.4 lbs/ft) structural channel longitudinal members and 3” (4.1 lbs/ft) structural channel cross members. We space the cross members closer together in load bearing areas (16” centers instead of the 18” cross member spacing as specified). This provides overall more than the specified support strength in combination with our thicker than specified 3/16” deck plate platform welded to the top side of these cross members.

b)  We roll or double bend the 3/16” thick tread plate (7 gauge) platform edge inward to create a seamless 5” tall inverted C channel (.1875” thick) outside edge. This becomes a gap free integrally formedrub rail with no exposed welds or uneven edges or surfaces. The 2” x 4” perimeter tubing will have exposed welds and a slight separation where the tread plate is welded to the tubing which can be an area of future corrosion.

c)  We use a heavier 3/16" tread plate (7 gauge) for the platform surface rather than 1/8” (11 gauge) to ensure rigidity and long term strength, and to avoid the oil can effect we have seen when lighter 1/8” platforms are used.

d)  We use 8" risers to allow enough room under the deck for access to the low pressure paint plumbing with a large pipe wrench if necessary. Rather than using structural channel, our risers are made of ¼” thick flat stock welded to ¼” thick plate. The formed portion is bent into a C channel. Both top and bottom are capped with ¼” plate.

Will our standard as listed above be acceptable?

The Platform as described would be acceptable.

4.  Page 2, Item 5. PLATFORM: The specification currently states “steel platform shall not exceed 96 inches total width, including all projections, and shall be at least 285 inches long”. For cooling purposes and for weight savings, we would like to mount the Utility mounted engine/compressor enclosure to 2 steel channels welded to the long sills and not on top of the deck’s safety tread surface which would restrict air flow. On page 11 of the County’s specification under item 22. AIR COMPRESSOR: (4th paragraph) it refers to mounting this compressor housing “to the platform longitudinal members”, which would be lower than the main platform level, and indicate a separation of the platform sections, but seems to contradict this section of the specification. Could you clarify your intent here? We would also recommend a narrower platform in front of the operator’s cab for better forward rear operator visibility of the old line being painted over. Would it be acceptable to the County if the manufacturer would separate the platform into 2 sections, providing a 96” wide section in the tote storage area, and an 84” wide section between the operator’s cab and the air compressor, with the compressor housing mounted to 2 steel channels (see attached photo “compressor mounting.JPG”)?

The dimensions of the platform will be reviewed at the preconstruction meeting. The air compressor mounting as described would be acceptable.

5.  Page 2, Item 6. RAILING: For quality assurance, rigidity, safety, and long term strength weprefer to weld the railings to the platform perimeter rather than bolted in place. Bolts can work their way loose over time in a mobile application and are not as sealable and rust or corrosion resistant. Will the DOT consider our standard practice of welding the railing to the deck?

The railing as described would be acceptable.

6.  Page 3 & 4, Item 10. REAR SHELTER: Will the County accept the front door of the operator’s cab to be located in the center of the operator’s cab (as seen in the attached photo “front op’s cab door.JPG”) rather than the front right side as specified? A front corner angled window will provide better operator forward visibility than a front corner angled door.

The door as described would be acceptable.

7.  Page 4, Item 12. PAINT FILL/SUPPLY PUMPS: Will PD20A-FSP-STT ARO diaphragm pumps (see attached literature “PD20X.pdf”) be considered an “equivalent” to the M-8 Wilden pumps by the County? Also, the 3rd paragraph in this section refers to “cross-plumbing to allow single color loading of both tanks”. This does not coincide with section 11. PAINT SUPPLY: where it describes a storage area for “totes or refillable storage containers, one for white, and one for yellow”. Was this reference to cross-plumbing and tanks left in the specification by mistake?

The paint fill/supply pumps must be equivalent to the pumps stated in the bid. The cross connect lines allows both color paints to be loaded from the passenger side of the truck.

8.  Page 5; Item 13. GLASS SUPPLY: To reflect a higher standard, and to create the ability for an individual to enter through the top of the tank if necessary for cleanout of the bottom tank outlet, would the County consider listing a minimum diameter of 24” (instead of the currently specified 14”) top opening and a hinged lid with a welded on handle for ease of opening?

Glass Supply as described would be acceptable.

9.  Page 5; Item 14. CLEANER SYSTEM: This section describes piping of cleaner into the outlet of the “high-pressure pump”, but no high pressure pumps are specified elsewhere, as this is a pumper style air-spray truck specification. Was this meant to read low-pressure? Does the County also want this cleaner tank to be plumbed to each paint gun for the non-bleeder mode “flush-on-the-fly” as described on page 8?

The cleaner system to be built as per the bid with the exception that the specification shall read low-pressure in lieu of high pressure.

10.  Page 6; Item 16. PAINT HEATING SYSTEM:

a)  Will the County allow the industry standardscavenger type paint heat system using just the hot water/glycol from the auxiliary engine’s cooling system to maintain a consistent paint flow without burning additional diesel fuel? If not, will the County consider a smaller diesel fired burner system? The largest we recommend with latex paint is 120,000 BTU/HR.

b)  Will our standard system to include a single air powered 35 gpm 1” diaphragm glycol circulation pump to handle all 3 circuits be acceptable with automatic solenoid activated valves to open and close circuits to be used with white, yellow, and/or recirculation system? This single source pump will simplify the system and require less components to maintain.

The paint heating system must be equivalent to the paint heating system in the bid specifications.

11.  Page 8 & 9; Item 20. GLASS SPHERE GUNS: Kamber 90HO bead guns are specified. Will the Epic Solutions BG6000 glass bead gun (literature attached “Epic bead gun.pdf”)be accepted as an equal to the Kamber 90HO? The last paragraph of this section states"The glass guns must be equipped with an interchangeable material tip system. This system must offer six different tip sizes from 5 mm to 10 mm tip orifice dimensions...... " Does this mean the DOT wants the bidder to includethe price up front for thesesets of 6 tipsper gun supplied, or will the DOTpurchase these tips separately at a later dateas needed per the needs of each application so as not to have on hand sizes that will never be used?

The glass sphere guns must be equivalent to the glass sphere guns in the bid specifications. The bidder must include tips for a 4” painted lines and 8” painted lines for each gun. The glass guns must be equipped with an interchangeable material tip system. This system must offer six different tips sized from 5mm to 10mm tip orifice dimensions to provide the operator an infinite range of application speeds. Tips must be constructed of hardened steel to prevent excess wear.

12.  Page 9; Item 21. SPRAY GUN CARRIAGE ASSEMBLY:The end of the 3rd paragraph describes adjustable wheel spacing on the left carriage for avoidance of rumble strips being locked into position with “spring-loaded pins”. Our standard system uses a 12” stroke electric actuator and a switch in the operator’s enclosure allowing the operator to adjust the wheel spacing “on-the-fly”, rather than having to stop the truck, walk out into traffic, and manually change the spacing by locking a pin in place. The 12” electric cylinder allows for more infinite settings for spacing, anywhere from 22” to 34” between the tires. Will the County consider changing the minimum specification to reflect this more advanced and user friendly remote carriage tire spacing capability?

The spray gun carriage assembly must be equivalent to the spray gun carriage assembly in the bid specifications.

13.  Page 11, Item 23. SCHMIDT AIR DRYER: The County has a 250 max. cfm air compressor specified, but an air dryer with a 800 cfm rating, why? Is there a specific reason or purpose for restricting the manufacturer to this particular oversized make and model # air dryer, or will our standard LaMan dryer (see attached info “La-Man.pdf”) be considered as an equal for this bid by the County?

The air dryer must be equivalent to the Schmidt air dryer in the bid specifications.

14.  Page 11, Item 24. HYDRAULIC POINTER SYSTEM: The specifications are calling for a mechanical pointer system adjustable in length from 10’ to 13’ and a trailer ball and coupling type system with hydraulic cylinder lift.For quality assurance and standardization reasons, we would like the County to consider our proven standardmechanical line guide as shown (see attached document “Mechanical guide.docm”). It uses a grease-able hinged block joint system to allow for extreme angles (high lift 80 degree anglefor transport), a safer compressible air cylinder lift, and less intersection intrusive extension from 6’ to 10’ in length. We feel the features of this mechanical guidance system are superior to the specified system for safety and performance reasons.

The hydraulic pointer system must be equivalent to the hydraulic pointer system in the bid specifications.

15.  Page 15, Item 35. TECHNICAL SERVICES: Does “the Authority” refer to the County or an outside organization?

The Authority refers to the Dane County Highway Department.

16.  Page 15, Item 36. PRECONSTRUCTION MEETING: In addition to this Pre-construction meeting, our recommendation is to include a Pre-Delivery Inspection (or PDI) meeting requirement at the manufacturer's facility at approx. the 90% completion stage. The time and effort put into this meeting will pay off. Suggestions from the attending operators & decision making personnel at this meeting will ensure the County’s intent is met or exceeded and outcomes are compliant with not just the letter of the specification, but also the items that weren’t stated, but were expected such as exact location of certain controls or devices. Will the County consider adding 3 employees coming to the manufacturer’s facility at the 90% completion point as part of the specifications to be included in the bid?

See Price Proposal page 7, Pre-delivery Conference

17.  Not Listed: Paint hose reel. Does the County want hand spraying capability at all?

The bidder may include pricing for this option in the deviation and pricing sections of the bid.