DOCUMENT ADDENDA PORT OF STOCKTON 700 YARD TRACK IMPROVEMENTS CONTRACT NUMBER: ADDENDUM NO. 3. Date: 02/05/2015

Size: px
Start display at page:

Download "DOCUMENT ADDENDA PORT OF STOCKTON 700 YARD TRACK IMPROVEMENTS CONTRACT NUMBER: ADDENDUM NO. 3. Date: 02/05/2015"

Transcription

1 DOCUMENT 0090 ADDENDA PORT OF STOCKTON CONTRACT NUMBER: 2-4- ADDENDUM NO. 3 Date: 02/05/205 This ( Addendum ) is dated the date set forth above and modifies certain Bidding Documents issued by the ( Port ) in connection with the PORT OF STOCKTON, 700 YARD TRACK IMPROVEMENTS PROJECT, CONTRACT NUMBER: 2-4- CONTRACTOR QUESTIONS:. As a follow up to question #52 in Addendum #, is all ballast for the project to be AREMA Gradation No. 5 Walkway Ballast? Response: Refer to Specification Section 3400, Part 2.2. Ballast shall be AREMA Gradation No. 4A for all tracks. Walkway ballast shall be AREMA Gradation No. 5 or screenings as approved by Owner and in accordance with Railroad standards and PUC requirements. 2. During the bid walk, CCT representative mentioned that the alternate bid is for relay CWR track but the specification mentions jointed track. Please clarify. Response: The bid alternate shall be jointed rail as identified in the specifications. 3. What thickness below underdrain pipe invert is granular filter material to be placed? Response: Pipe shall be installed on top of 4 minimum bedding material as defined in ASTM D 232 and referenced in Specification Section , Part Will granular filter material above underdrain pipe extend to top of subgrade/bottom of ballast or just 4" minimum above pipe as shown in Detail 6, on CT-50 Response: Granular filter material shall extend to top of subgrade. 5. What is size and type of storm drain pipe to be removed on plan sheets CG-03 (Note 5) and CG-04 (Note 0)? Is invert of existing pipe expected to be about elevation -3.5 to -3.7? Response: The size of the storm drain varies from 8 to 2 concrete pipe and the invert is expected to range from 0.25 to For the 8'6" timber crossties, will end plates be required for Doug Fir ties? Response: All ties shall have approved gang nail anti-splitting device on each end as specified in Section 3400, Part Will subballast be required for this project? Response: No subballast is required for the project. Ballast will be placed directly on treated subgrade. 8. For rail delivery can the port indicate whether or not materials should be delivered on a UP or BNSF line? Response: Either BNSF or UP as the CCTC is open to both Railroads. 9. Do the mainline come into the facility or does the CCTC have a short line that will have to move the cars into the yard. Response: CCTC will handle all inound, rail and material cars and rail trains or ballast trains

2 a. If so would there be a per car charge for that service and can you provide that cost? Response: There is not a per car charge if on rail trains cost is $ per 8 hour day for train crew to assist in unloading rail train if it comes in single car lots of 39 foot rail then there is no charge. 0. Is there any possibility to waive the Buy America standards for the TO s? Response: No. Buy America standards shall apply to all materials including the turnouts.. Is there a geotechnical report available? Response: The geotechnical report has been provided as Exhibit C of the Bid Set. 2. Can the Port please identify what type of subgrade materials exist below the existing AC/Concrete surfaces? Response: Subgrade materials below existing pavement are unknown. 3. Is it native or imported fill? Response: We presume this question refers to the existing on-site soils, which consist of a combination of native and import materials. Details of the soil conditions are outlined in the Exhibit C geotechnical memorandum. 4. Can you please provide Exhibit C? Response: Exhibit C has been provided as part of the Bid Set. 5. The Buy America requirement will extend the lead time on the special trackwork to approximately 20 weeks after order; this is based off of current orders. Would the Port consider extending the duration to 240 days? Response: granted. The duration has been extended to 80 calendar days, no additional extensions will be 6. Will the Port accept a UP approved concrete tie turnout for this project? Response: No. Wood ties shall be used. a. If so will the Port require any transition ties off of the turnout or can the contractor go right to 8 6 wood ties? Response: N/A 7. Will the port accept an 80/20 mix on the wood ties or only grade 5 s? Response: AREMA No. 5 ties only. 8. In reference to the answer in addendum question 45 can the Port indicate if there is any rail lighter than 90# with-in the limits of removal and if there is how much? Response: The tracks located between proposed Tracks D and G near the car repair shop are believed to be less than 90lb; however, the bidder is responsible for verification. 9. Can the Port indicate if the bid opening is open to the public? Response: The bid opening will be public, and will be conducted on 2/2/205 at 3:00 p.m. 20. Can you please indicate if there are any additional safety requirements and or measures the contractors need to take with the Risk Level being elevated? Response: the risk level relates to the sediment and receiving water risk under the State Water Board Construction General Permit requirements for the preparation of the Storm Water Pollution Prevention Plan (SWPPP). 2. Is the road from the work zone to the stockpile area a Port owned road or a public road?

3 Response: The road is Port-Owned. a. If Port will the contractor be required to maintain it at all times? Response: Yes. 22. If ballast is delivered by railcar can the CCTC provide power? Response: Yes, CCTC can provide power. a. If so please furnish the contractors with a cost. Response: Cost for a crew to unload ballast is $ per 8 hour day. CHANGES TO DRAWING SHEET CT-0: 23. See clouded revisions for revision. Added new sheet note #5 to the existing turnout which is to be removed and replaced by new track. Note #5 reads Construct new track to replace existing turnout. Match existing rail weight. Portion of salvaged track 703 can be utilized. 24. See clouded revisions for revision. Added new 36 track foot concrete crossing panels for this same section of new track. CHANGES TO SPECIFICATIONS: 25. Replace specifications Section Bid Form, Page 2 with new page. Bidders must include this revised page with their bids. Quantity of new track updated to 9,760 TF. This also applies to bid alternate, relay track. Concrete atgrade crossings increased by 40 feet to include additional concrete crossing, as shown on revised sheet CT- 0. LIST OF ATTACHMENTS: x34 POS 700 Yard_CT-0_Addm3.pdf Bid Form_Addm 3_ r02.pdf

4 ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. 3 PORT OF STOCKTON PROJECT CONTRACT NUMBER: 2-4- Please sign and return this page only. FAX a copy of this page to Juan G. Villanueva, Projects & Contract Administration / DBELO Manager,, at (209) to acknowledge receipt of for this Project consisting of 4 pages. Signature and Print Name Date Company END OF ADDENDUM DOCUMENT

5 8" CONC SS DESIGN NOTES STA MATCH LINE SEE SHEET CT-02. REFER TO SHEET CT-00 FOR GENERAL RAIL DESIGN NOTES. APPROX. 900 TF 30' 8.57' SHEET NOTES EX RHTO STA TRK D EX NO.9 LHTO STA TRK D 0+00 T- MATCH EX. WALKWAY BALLAST STA TRK D STA TRK 856 PS NO.9 LHTO 3 T-9 2/5# 2 START NEW TRACK 4' CP STA TRK D 5 36 TF TRK TF TRK D STA START STA END PC END NEW TRACK 5 STA TRK D STA TRK ' CP STA TRK D STA TRK 703 PS NO.9 RHTO 0+00 T-2 T-3 APPROX. 300 TF STA END TRACK SHIFT STA TRK D STA TRK A PS NO.9 RHTO ACCESS ROAD ' CP STA TRK D STA TRK 703 TRACK 856 SEE SHEET CT-05 TRK 703 M ATCH EXISTING ALIGNM ENT STA END TRACK SHIFT CURVE ' PC PC 4' CP STA TRK D STA TRK A TRACK D ACCESS ROAD TRACK A TRACK 703 TRACK 702 TRACK ' 2' 46' CURVE D- 2 30' CURVE A- 20' 4' 5' 2 30' 0+00 CONSTRUCT PRECAST CONCRETE GRADE CROSSING OF LENGTH NOTED PER DETAIL, SHEET CT EXISTING TRACK 856 ALIGNMENT TO BE SHIFTED SOUTH TO NEW ALIGNMENT. 3 CONSTRUCT NEW TURNOUT PER UPRR STANDARDS. 4 CONSTRUCT BALLAST WALKWAY ALONG TRACK PER DETAILS 4 AND 5, SHEET CT-50, TYPICAL FOR ALL TRACKS. 5 CONSTRUCT NEW TRACK TO REPLACE EXISTING TURNOUT. MATCH EXISTING RAIL WEIGHT. PORTION OF SALVAGED TRACK 703 CAN BE UTILIZED. DEMOLITION NOTES REMOVE AND SALVAGE EXISTING TRACK OF LENGTH NOTED. SERVICEABLE 90LB AND GREATER TRACK TO BECOME THE PROPERTY OF CCTC. ALL OTHERS TO BECOME THE PROPERTY OF THE CONTRACTOR. 2 REMOVE AND SALVAGE EXISTING TURNOUT. SALVAGED MATERIALS TO BECOME THE PROPERTY OF CCTC SLOPE= 0.00% PS NO. 9 LHTO STA TRK D EL= M ATCH EXISTING EXISTING GRADE PS NO. 9 LHTO STA TRK D STA TRK 856 PROPOSED TOP OF RAIL SLOPE=0.00% EXISTING GROUND PROPOSED SUBGRADE PS NO. 9 RHTO STA TRK D STA TRK 703 PS NO. 9 RHTO STA TRK D STA TRK A PVC PVI EL= 4.86 L=00.00' R=0.25 PVT TR= 4.98 SLOPE=0.25% PVC TR= 5.98 M ATCH LINE TRACK D STA: SEE SHEET CT- 02 KEY MAP PROPOSED SUBGRADE 4.22 PROPOSED TOP OF RAIL VERTICAL SCALE " = 4' FEET HORIZONTAL SCALE FEET " = 40' /30/205 - :57:5 AM - P:\4092-PortStockton700YD\Site\CT-0 Rail Plan.dgn TRACK D STA: FIRST STREET PLEASANTON, CA T: I R EGSTER ED STAT PROF E No E CI OF SS O V C I IL ALFI NA JON MARSHALL MIKLOSHEV Exp. 9/30/6 LEN A I ORN GNIEE R E 890 SAN PABLO AVENUE PINOLE, CA TEL (50) FAX (50) For Use in Agreement With: DATE: REV 0/06/205 DATE TRACK PLAN AND PROFILE TRACK D STA: BY 700 YARD PORT OF STOCKTON, CA CENTRAL CALIFORNIA TRACTION COMPANY UNION PACIFIC RAILROAD & INDUSTRIAL RAILWAYS COMPANY ISSUED FOR DESIGN FOR REVIEW ONLY NOT FOR CONSTRUCTION DESCRIPTION 0/30/5 BID ADDENDUM 2 WG UPRR FES #: DRAWN: DESIGNED: SHEET n/a IRC JOB #: 7 - BA JM/BA CT-0 OF 78

6 Contract No.: Yard Track Improvements 4. Based on the foregoing, Bidder proposes and agrees to fully perform the Work within the time stated and in strict accordance with the Contract Documents for the following sums of money listed in the following Schedule of Bid Prices: SCHEDULE OF BID PRICES All Bid items, including lump sums, must be filled in completely. Bid items are described in Section 000 (Summary). Quote in figures only, unless words are specifically requested. BID ITEMS ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL Mobilization/Demobilization LS 2 Site Clearing and Demolition LS 3 Erosion Control LS 4 Earthwork and Grading LS 5 Drainage and Utilities LS 6 Steel Casings LF 50 7 Subgrade Stabilization LS 8 Asphalt Pavement LS 9 Trackwork TF 9,760 0 Relocate Existing Track TF 660 No.9 Turnouts EA 8 2 Relocate Existing Turnouts EA 3 Hinged Derail EA 4 Earthen Bumper EA 2 5 Concrete At-Grade Crossings TF 440 TOTAL $ Total Bid: (WORDS) BID ALTERNATES ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL Trackwork - Relay Rail TF 9,760 2 Cement-Treated Subgrade SF 50,000 3 Lime-Treated Subgrade SF 50,000 This Bid amount shall constitute full compensation for furnishing all labor, materials, apparatus, facilities, transportation, tools, equipment, permits, bonds and insurance for performance of all the work contemplated and embraced in this contract, and for all risks of every description connected with the work, and for well and faithful completing the work and the whole thereof in the manner and according to the Contract Documents and the requirements of designated Port Project representative. 00% Issued for Bid Bid Form /6/5 r.0 2