December 2, Enclosed is Addendum No. 1 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC).

Size: px
Start display at page:

Download "December 2, Enclosed is Addendum No. 1 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC)."

Transcription

1 December 2, 2016 Dear Sir/Madam Enclosed is Addendum No. 1 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC). The bid opening date and time scheduled for Wednesday, December 7 th, at 10:00 AM remains unchanged. The bids will be opened in Conference Room 11-A of SEPTA's General Offices, 1234 Market Street, 11th Floor, Philadelphia, Pennsylvania Any inquiries regarding this bid must be directed to, Michael Piselli of the Procurement and Supply Chain Management Department at (215) Sincerely, Dec :42 AM X Michael J Piselli Michael Piselli Contract Administrator Procurement & Supply Chain Management MJP Enclosures

2 Page 1 of 7 Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC) ADDENDUM NO. 1 To All Bidders: The following constitutes Addendum No.1 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC). Addendum No. 1 must be acknowledged by inserting the date of the Addendum on Page 16 of the Bid Forms. Failure to do so may render a bidder's proposal as non-responsive. A. General 1. The bid opening date and time scheduled for Wednesday, December 7 th, at 10:00 AM remains unchanged. The bids will be opened in Conference Room 11-A of SEPTA's General Offices, 1234 Market Street, 11th Floor, Philadelphia, Pennsylvania Questions & Answers attached. (1-43) 3. Instruction to Bidders Time of Completion, Completion Date has been revised to read as: The work must be completed within five hundred fifteen (515) calendar days from the date of receipt by contractor of SEPTA's NOTICE TO PROCEED. 4. Contract Section XI.B Time; Progress and Completion has been revised to read as: 1. All time limits stated in the Contract Documents are of the essence of the Contract. 2. The Work to be performed under the Contract shall be commenced immediately upon receipt of SEPTA's Notice to Proceed. Contractor shall execute the Work continuously and shall complete the Work within five hundred fifteen (515) calendar days after the date of receipt of SEPTA s Notice to Proceed. The date of the five hundred fifteenth (515th) day after the date of receipt of SEPTA's Notice to Proceed is designated as the "Completion Date" wherever referred to in the Contract Documents. "Completion" as used herein shall mean Final Completion as defined by SEPTA's Project Manager. 3. Please note the contractor will not have access to the site until June 1, B. Specifications 1. None. C. Drawings 1. None.

3 Page 2 of 7 Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC) ADDENDUM NO. 1 Questions and Answers 1. Per drawing EE0101 Please delineate the scope of work for this bid as it relates to the electrical conduits and civil work for the underground conduit runs for the Generator and service feeder conduits into the building. 1A. The work shown on EE0101 is to be performed by the EC. 2. Per drawing CC1001 Please confirm that the work shown on this drawing is under the other electrical bid contract work scope. 2A. The work on CC1001 is in the scope for the Mechanical Contractor. 3. Per drawing CE0102 Please confirm if there is any electrical work as it relates to the Train Washer and Equipment removal. If so we will need a site visit for the area. 3A. Yes, there is electrical work in the Train Washer demolition work, in the GC scope. 4. Per drawing CE0103 Please confirm that the electrical demo work shown on this drawing is under the other electrical bid contract work scope. 4A. As indicted by the index sheets, the scope documented on this drawing is the GC's. 5. Per drawing UT1003 Please confirm that the EC bid contract shown on this drawing is responsible for the electrical overhead 35KV Feeders work scope. 5A. As indicted by the index sheets, the scope documented on this drawing is the GC's. 6. GW Peoples request to remove the 7 year warranty for the concrete crossings. The manufacturers given in the specifications will only issue a one year warranty. 6A. The 7-year warranty is the SEPTA standard and remains a requirement. 7. Can the bid period be extended 2 weeks? 7A. No. 8. Can you please provide a recap of what has changed in the technical specs and drawings from the previous bid? This is particularly important since we ve lost approximately a week dealing with the difficulties printing many of the documents you provided. 8A. Specification Section Summary of Work was revised to provide an overview. The questions and responses of the first bidding period have been reflected in drawing changes when appropriate. 9. Are all of the previous questions and answers validated in the rebid documents? 9A. Yes, with the exception of questions # 33 and 34 of this addendum. 10. Regarding construction photographs, how many views are required? Spec does not contain number of views. 10A. SEPTA requires 4 views of each structure per month. 11. Page 6, Item I Warranty of the Work and Maintenance Bonds states the contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after final acceptance, as determined by SEPTA and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to SEPTA. However, is Section Item 1.09 A 1 specifies a warranty period of two (2) years from date of final acceptance. Please provide as a clarification which warranty period applies to a bidding equipment manufacturer. 11A. Two Year Warranty.

4 Page 3 of Item 1.02.E.4.e notes that a surveyor provided by the Contractor shall develop drawings for the Manufacturer s and Engineer s review and acceptance of the dimensions measured. This item in effect requires acceptance of work performed by others by the Drop Table manufacturer. We ask this item be revised to state that the Contractor performing the work shall have the responsibility for the review and acceptance of the associated work and the results of this survey be coordinated by the Contractor against the project civil design drawings and manufacture s submitted drawings for acceptance. 12A. The review, coordination and accuracy of the work in preparation for the Drop table is the responsibility of the General Contractor. 13. Item 1.05.G.5 notes that shop drawings and calculations that pertain to the structural design of the equipment required by this section shall be sealed by the Drop Table manufacturer s Professional Engineer licensed to practice in the Commonwealth of Pennsylvania. We ask this item be revised to allow for the associated structural calculations and shop drawings to be stamped by the manufacturer s professional engineer in the state where the equipment is to be manufactured. 13A. Review by a PE in the state of manufacturer is acceptable. 14. Item 1.07C states the manufacturer shall verify all dimensions of the site that relate to fabrication and delivery of the Drop Table System and notify the Engineer of any discrepancy before fabrication and delivery of the equipment to the site. This item requires the manufacturer to accept responsibility for verifying work performed by others which is beyond the manufacturer s control. Additionally, this item implies the manufacturer will be required to alter their design to conform to the as-built conditions at the site potentially increasing costs associated with redesign and rework that cannot be estimated at the time of the bid. We ask this item be revised to indicate that each contractor performing work at the site shall be responsible for the review, verification, and correction of discrepancies relating to that work against the project civil design drawings and the manufacturer s submitted drawings. 14A. See response to Question # Item 1.06.F.2 notes the requirements for the anchor bolts including embedment to be provided by the Drop Table Manufacturer. We ask this item be revised to indicate the design and supply of the anchor bolts including the embedment be identified as part of the building civil work which is the responsibility of the Contractor. The drop Table manufacturer shall provide information on the submitted foundation outline drawings describing the location of the anchor bolts, their diameter, their projection from the top of the concrete floor as well as the imposed loads. 15A. See response to Question # Items 1.07A.1 and 2 note the requirement to verify the dimensions and vehicle/truck/wheel characteristics of SEPTA s fleet. This item identifies the locomotives and coaches to be serviced by this drop table. Please provide dimensioned drawings of these locomotives and coaches locating the jacking pads as well as identifying their associated maximum width. Please also provide dimensioned drawings of the associated truck and wheel sets (including maximum height and width information) to allow for the coordination of the drop table envelop and clearances with the associated locomotives and coaches. 16A. The vehicle dimensions will be provided to the successful General Contractor. 17. Item 1.07A. 2 names the coaches to be serviced by this drop table. Please provide the weights of each coach listed to facilitate the design of the Drop Table body supports. 17A. The vehicle weights will be provided to the successful General Contractor.

5 Page 4 of Item 1.07C states the manufacturer shall verify all dimensions of the site that relate to fabrication and delivery of the Drop Table System and notify the Engineer of any discrepancy before fabrication and delivery of the equipment to the site. This item requires the manufacturer to accept responsibility for verifying work performed by others which is beyond the manufacturer s control. Additionally, this item implies the manufacturer will be required to alter their design to conform to the as-built conditions at the site potentially increasing costs associated with redesign and rework that cannot be estimated at the time of the bid. We ask this item be revised to indicate that each contractor performing work at the site shall be responsible for the review, verification, and correction of discrepancies relating to that work against the project civil design drawings and the manufacturer s submitted drawings. 18A. See response to Question # Item 2.01C.1 indicates the drop table system shall accommodate trucks of locomotives and coaches operated by SEPTA. Verify with SEPTA the weights, dimensions, clearance requirements and other characteristics required for the design of the drop table system. We ask that dimensioned drawings of all the associated locomotives and coach trucks and wheel sets be provided to the drop table manufacturer s to allow for the determination of the drop table envelop and establish clearance dimensions. 19A. The vehicle dimensions will be provided to the successful General Contractor. They are also publically available. 20. Item 2.02.A.6 notes the jack nut housings shall be provided with a system of guide rollers to guide the load carrying lifting beam along the support column. The requirement of this item favors one drop table manufacturer s typical design. In order to allow for a competitive bidding process, we ask this item be revised to indicate a bidding manufacturer s proven standard design and manufacture is acceptable as meeting the requirements of this item. 20A. The specified features are not exclusive to other manufacturers and do not favor any manufacturer. 21. Item 2.02.B.12 notes the requirement for the supply of galvanized steel curb angles around all edges of the surrounding concrete track pit floor that will be installed by the Contractor. This is not typically part of a drop table manufacturer s scope of supply. We ask the responsibility for the design, supply and installation of all steel curb angles around the equipment pit be made part of the Contractor s supply. This material is to be installed as part of the floor that is part of the building and is separate from the design and supply of a drop table system. The responsibility of the material supply should reside with the Contractor performing the floor design and installation work. 21A. See response to Question # Item 2.02.C.1 notes that the movement of the release top shall result from the engagement of lugs attached to spacer posts contacting and engaging with a contact pad or roller on each of four jack nut housings. This requirement favors the design of one particular drop table manufacturer. In order to allow for a competitive bidding process, we ask this item be revised to allow for the use of a bidding manufacturers proven design as meeting the requirements of this item. 22A. This request is an exception to the specification and is subject to the review and approval by SEPTA. 23. Item 2.02.C.10 notes the requirement to furnish galvanized steel curb angles around all edges of the surrounding concrete shop floor that will be installed by the Contractor. We ask the responsibility for the design and supply of all steel curb angles around the equipment pit be made part of the Contractor s supply. This material is to be installed as part of the building floor and is separate from the design and supply of a drop table system. The responsibility of the curb angle material design and supply should reside with the Contractor performing the floor design and installation work. 23A. See response to Question #12.

6 Page 5 of Item 2.02.E.3 requires that field measurements be made to determine the size, vertical and horizontal dimensions of the body support arms. As the duration of the initial submittal drawings is only 45 days after notice to proceed, will dimensional drawings of the locomotives and coaches locating the associated jacking pads be made available for the manufacturers use in order to facilitate the design of the body support arm? 24A. Yes, the drawings will be made available. 25. Item E.4 notes the body support arms for the coaches may be nested into the locomotive body support arms. Please provide a tabulated listing the weights for each coach car noted above that will be serviced by this drop table to facilitate the design of the body supports. 25A. Drawings with weights will be made available to the successful bidder. 26. Item 2.04.L.7 makes reference to a pocket track rail. Please clarify this item. Where is a pocket track rail located and how is it referenced with respect to the drop table system? 26A. The pocket track rail is the release track that connects with the release top. 27. Item 2.05.A. notes a requirement to supply outward swinging safety handrail mounted to the pit wall or on posts on both sides of the service top on both field side and between rail pits. Please clarify if it is the Contractors responsibility to supply and install the safety hand rail. 27A. Yes, it is contractor s responsibility. 28. Item 2.05.B. notes a requirement to provide safety retractable belts across both sides of the Release track opening. Please clarify if it is the Contractors responsibility to supply and install the safety belts and associated weighted posts. 28A. Yes, it is contractor s responsibility. 29. Item 3.02.D. notes to field check clearances and interferences before fabrication and relocate material and equipment furnished as required to eliminate interferences. Please clarify the intent of this item. Is it the Contractors responsibility to make the field checks for clearances and interferences? We ask this item clarify that it is the responsibility of the Contractor performing that aspect of the on-site work to conduct any and all field checks and to coordinate the results of those checks against the project civil design drawing requirements and the manufacturer s submitted drawings. The responsibility for any required design changes or rework to the drop table system to meet the as built on-site conditions should remain with the Contractor performing the work, the result of which caused the interference with the equipment and materials. 29A. See response to Question # Item 3.05.A states that prior to the installation of the Drop Table equipment, inspect the pit for the proper installation of anchor bolts and conduits as indicated on the approved shop drawings. Please clarify this requirement. Is it the Contractor s responsibility to perform this inspection? 30A. See response to Question # Item 3.08.A.12 requires the demonstration of the use of transformer cart with the Drop Table System. Please clarify this requirement and provide dimensional information including equipment outline configuration, maximum height and width as well as the weight of the unit. 31A. The dimensions of the transformer are given in section 2.01-C.1.c. Weight to be provided to the successful bidder. 32. Are tie pads required under the plates in the special Trackwork? 32A. Tie pads are not required under the special Trackwork plates.

7 Page 6 of First round bid documents, Addendum 6, response to the question No. 369; it is stated screw spikes required on the project. The conformed set of spec section part 2.01 A issued October 28th, still calls out for cut spikes and Pandrol plates compatible with those spikes. Please clarify if screw spike are required and also if the spike pattern will be two field side and two gauge side per plate. 33A. Yes, screw spikes shall be used. Use two field side and two gage side screw spikes per plate. Ties shall be predrilled to minimum 1/3 diameter, but no more than 3/4 diameter of the screw spike. Specification will be revised. 34. First round bid documents, Addendum 6, response to the question No. 370; it is stated, 4 IJs will be needed on the job and their locations. The conformed drawings issued October 28th do not reflect these IJ locations. Please confirm these IJs and their locations. 34A. Yes, total of 4 insulated joints (IJs) will be needed. A pair (set of 2 IJs) will be needed at each of the following locations: just west of the proposed Drop Table Bay apron (approx.. STA 18+40, Repair Shop Lead); just west of the proposed Wheel Truing Bay apron (approx. STA 12+50, Track 9); A drawing will be issued to the awarded bidder that shows the locations of the IJs. 35. First round bid documents, Addendum 6, response to the question No. 371; it has been mentioned High carbon rolled steel tie plates by Pandrol or approved equal, are acceptable. The conformed set of spec section Part 2.01 A issued October 28th, section 02459, part 2.02 A still calls out for low carbon steel tie plates. Please confirm High Carbon Steel Plates will be acceptable 35A. High carbon rolled steel tie plates by Pandrol or approved equal, are acceptable. 36. Is there a tie layout for SEPTA drawing 5-W No. 8 turnout? 36A. The tie layout will follow AREMA standards. 37. Spec section part 3.02; please advise if SEPTA will accept the contractor to assemble the Turnout on the grade for inspection before installing on the job. 37A. Turnouts must be assembled and inspected at the fabricator. Turnouts will also be inspected at the time of installation before commissioning for service. 38. If turnout has to be assembled at the plant, does it have to be assembled on timbers with all plates fully lagged or can the switch steel be assembled on blocks and the switch machine fully operational? 38A. Turnouts are to be fully assembled at plant with fully lagged ties. 39. Please advise if assembly of one turnout will suffice or all 3 turnouts need to be assembled for the inspection. 39A. All turnouts must be fully assembled for inspection. 40. Section part 1.0. Para P, Do these 6 spare turnouts have to be fully assembled with plates lagged to timbers? 40A. No. 41. Have all of the addenda, questions, and answers from the original bid (let 9/9/16) been incorporated into the rebid documents and drawings? 41A. See Response to Question # ITB, page 3 Para 6 mentions the work must be completed within Four hundred Fifty (455) calendar days from NTP. State Construction Contract (Rebuilding) page 16 para XI.B.2 Mentions the work must be completed within Five Hundred fifteen (515) calendar dates after NTP and also mentions The date of the Four hundred fifteenth (515th) day after the date of the receipt of NTP is completion date. Please advise. 42A. The documents have been revised. The work must be completed within Five Hundred fifteen (515) calendar dates after NTP.

8 Page 7 of The equipment items in Division 14 (e.g., Drop Table, Fall Protection System, Shim Carriage Equipment and Overhead Cranes) are specialty items and we only anticipate quotes on these items from the entities specified by SEPTA in the Specifications, and at least some of those entities are expected to quote both the furnish and installation of these items. Thus, there is virtually no feasible way to obtain DBE participation for these items; accordingly, we request that SEPTA consider excluding the value of each bidder s Division 14 price from the total bid price solely for purposes of determining whether a bidder has satisfied the 16% General Contractor s DBE goal for this project. 43A. The DBE Goal remains 16%.