ALL BIDDERS shall acknowledge receipt of this Addendum No. 1 on the BID FORM or the BID will be deemed to be invalid for the purposes of this project.

Size: px
Start display at page:

Download "ALL BIDDERS shall acknowledge receipt of this Addendum No. 1 on the BID FORM or the BID will be deemed to be invalid for the purposes of this project."

Transcription

1 LOS ANGELES COMMUNITY COLLEGES 770 Wilshire Boulevard, Los Angeles, CA Telephone: 213/ CITY EAST HARBOR MISSION PIERCE SOUTHWEST TRADE TECHNICAL VALLEY WEST ADMINISTRATIVE OFFICES Date: October 6, 2017 (REVISED AS OF OCTOBER 10, 2017) College: Project: West Los Angeles College PEC TRANSFORMER/FEEDER REPLACEMENT PROJECT To: ALL BIDDERS IN ATTENDANCE AT PRE-BID CONFERENCE HELD 09/21/17 ADDENDUM NUMBER 3 The following information is in addition to and/or may supersede(s) the Contract Documents previously provided to Bidders by the Los Community College District (LACCD) for the subject project. ALL BIDDERS shall acknowledge receipt of this Addendum No. 1 on the BID FORM or the BID will be deemed to be invalid for the purposes of this project. The following revisions/clarifications shall be made to the drawings/specifications/bid Form/other and shall be incorporated into the bid for the subject project. These notes, clarifications and/or drawings and specifications shall supersede all previous notes, clarifications and/or drawings as relevant and/or applicable. ITEM NO. 1 DRAWINGS Not Applicable to this Addendum 3 ITEM NO. 2 SPECIFICATIONS Not Applicable to this Addendum 3 Page 1

2 ITEM NO. 3 BID FORM 1. See attached BID FORM for use in submitting your bid. Use only this form. 2. Your Bid Form / Package SHALL INCLUDE those forms found on the PINK CHECKLIST OF REQUIRED BIDDER SUBMITTALS distributed in the Bid Packet at the Pre-Bid Meeting (unless otherwise indicated below:) * - Bid Form MUST ACKNOWLEDGE ALL ADDENDUM(S) RECEIVED * - NOT REQUIRED Bid Form Schedule of Values * - NOT REQUIRED Bid Form Project Schedule Gantt Chart * - Bid Bond in the amount of 10% of your bid * - Bid Security Receipt (if Bid Bond not provided) * - Non-Collusion Declaration * - Designation of Subcontractors (if you subcontract out any of the work.) * - NOT REQUIRED - Contractor Qualification Statement * - Declaration of Sufficiency of Funds * - Letter of Organization TOTAL FORMS TO BE SUBMITTED = SEVEN (7). USE ENVELOPE PROVIDED AT THE JOBWALK AND FOLLOW SUBMITTAL INSTRUCTIONS INCLUDED WITHIN THE INSTRUCTIONS TO BIDDERS DOCUMENT RECEIVED AT THE PRE-BID MEETING. NOTE: The Payment Bond, Performance Bond and Insurance information will be required of the successful bidder ONLY at the time following the issuance of a NOTICE OF INTENT TO AWARD and when the actual contract is returned to LACCD as executed by the Bidder after approval by the LACCD Board of Trustees. ITEM NO. 4 SCOPE OF WORK The following additions, comments and/or clarifications to the Scope of Work for this project as shown within the project documents are to be reviewed and incorporated in the Bidder s bid submission as applicable or relevant. Item 4a: RESPONSES TO CONTRACTOR QUESTIONS (continued from ADDENDUM 2) Q. MV cables are 5KV at 133% and 8KV at 100%-Paragraph "F" Conductor Insulation- EPR section shows 220Mil and that s 15KV. Which MV cable is acceptable to West LA College requirements and existing 4" conduit runs through campus? A. Provide the 5kV 133%/8kV 100% Insulation Cable with standard mil thickness insulation. Page 2

3 Item 4a (cont.): RESPONSES TO CONTRACTOR QUESTIONS (continued from ADDENDUM 2) Q. Really looking for the pictures of Electrical equipment and Manholes on West LA College to help with bid process in terminations and racking and grounding already in manholes to what is shown on prints. Will they be inserted by addendum today? Load interrupter switches-(t-1) -(T-2)-(T-XX)-(T-3)-(T-4)-(T-6)-(T-7) Transformers requested-(t-1) -(T-2)-(T-XX)-(T-3)-(T-4)-(T-8)-(T-9)-(T-10) only (T-6 & T-7 secondary since xfmr s and LI switches will be replaced also-new Pad?) Manholes requested And vaults under transformers for T-8 and T-9 A. All manhole and transformer pictures that our office has, have been uploaded. (SEE PREVIOUS ADDENDUM) Q. Specification B refers to a 20-year warranty on terminations. Our supplier was unable to confirm that this warranty is available from any of the listed manufacturers. Which manufacturer(s)/products will provide this warranty? A. Provide a minimum 1 year warranty. Q. Specification F indicates 8kv -133% rated cable with 220 mil insulation. This is nonstandard. 220 mil is generally used for 15kv-133% rating. 8kv -133% is 140 mil insulation, but this is not a stock size and would require special order with long lead times. Cable rated 5Kv-133% / 8kv-100% with 115mil insulation is generally available from the listed manufacturers. Will 115mil insulation be acceptable? A. See above question/response. Q. Manhole details appear to indicate spare ducts. Can these be utilized to pull new cable before removing old cable if accurately recorded on record drawings? A. If spare conduit is available, the Contractor may use it. Contractor is responsible to remove the existing cable to allow existing utilized conduit to be spare. Q. Drawing E141- MH-12 and 16 indicate symbol for existing modular splice (dead break). However on E142 note 6 is indicated for the splices at MH-12 & 16, which indicates to replace taped splice. Which is existing at MH-16, modular splices or tapped splice? A. Provide new modular splice. Page 3

4 Item 4a (cont.): RESPONSES TO CONTRACTOR QUESTIONS (continued from ADDENDUM 2) Q. E142 note 4 at MH 7 indicates to remove existing hand splices and pull new conductors through. However the new conductor start at MH-7. Should this be to splice new conductors to existing conductors from MH100? A. At Vaults MH-17 and 19, delete note 4 and splice indicated. Cable is intended to be new and pulled straight through. Q. Existing Load Interrupter switches will be eliminated at T6 & T7. Should padmount enclosures be utilized over the existing conduits at these locations? A. (Addressed in Addenda #2) - These have been added to the Feeder Schedule on Sheet E142. Q. Manhole details appear to indicate spare ducts. Can these be utilized to pull new cable before removing old cable if accurately recorded on record drawings? A. If spare conduit is available, the Contractor may use it. Contractor is responsible to remove and properly dispose of the existing cable as may be required to allow existing utilized conduit to be spare. Q. Drawing E141- MH-12 and 16 indicate symbol for existing modular splice (dead break). However on E142 note 6 is indicated for the splices at MH-12 & 16, which indicates to replace taped splice. Which is existing at MH-16, modular splices or tapped splice? A. Provide new modular splice. Q. E142 note 4 at MH 7 indicates to remove existing hand splices and pull new conductors through. However the new conductor start at MH-7. Should this be to splice new conductors to existing conductors from MH100? A. At Vaults MH-17 and 19, delete note 4 and splice indicated. Cable is intended to be new and pulled straight through. Q. Existing Load Interrupter switches will be eliminated at T6 & T7. Should pad mount enclosures be utilized over the existing conduits at these locations? A. (Addressed in Addenda #2) - These have been added to the Feeder Schedule on Sheet E142. Q para 2.6 E indicates to provide neon voltage indicators on each splice above grade. It appears from the drawings that that all of the splices will be below grade in the manholes. Are there any locations that the voltage indicators will be required? A. Voltage indicators are not required. Page 4

5 Item 4a (cont.): RESPONSES TO CONTRACTOR QUESTIONS (continued from ADDENDUM 2) Q. Specification refers to only 600A dead break terminations and junction modules. A) Drawing E515 Detail 2 indicates splices with 600A modular connections with connecting plugs. Can the connecting plugs be utilized for multi-way (3-4) splices? B) Specification k indicates bushing wells inserts, which is only compatible with 200A elbows. Will 200A load break elbows be acceptable at the transformers provide conductor sizes are compatible? A. Connecting plugs can be used for 3-4 way splices. 200A elbows are acceptable at the transformers. Item 4b: RESPONSES TO CONTRACTOR QUESTIONS (ASKED OF EOR ANSWERED BY LACCD PM) Q. Bid form we did not find a bid form or schedule of values included in the bid envelope provided. Will these be provided with the addendum 1 referenced in of the instruction to bidders. Will this also include the Contractor Qualification Statement and sample contract form reference in the instruction to bidders? When will this addendum be issued? A. * See bid form attached to with this ADDENDUM 3 * See information above in Item 3.2 * The Sample Contract will be included FOR INFORMATION ONLY and will be transmitted via separate cover on 10/09/17. Q. Instruction to bidders indicates a contract time of 120 days from NTP. Based upon discussions with transformer manufacturers and previous experience 120 days may not adequate to obtain submittals, approval, procure and install the new transformers. Will a longer contract duration be considered? A. LACCD will certainly consider the issue of a NO COST contract extension to the stated contract time based on all factors (schedule, market factors, etc.) relevant at the time of award to the successful bidder. Q. Will a laydown/staging area be provided on campus for the project? A. Yes, this and all other logistical questions will be discussed and mutually agreed to at the Pre- Construction Conference to be scheduled after Project Award and prior to the start of the job. Q. Please clarify the working hours for the project and any special requirements for power shutdowns for cable and transformer replacement including temporary power requirements. A. As discussed in the Pre-Bid Conference, standard campus work hours will be 8AM 6PM Monday through Friday. Saturday hours will be available from 8AM 6PM with minimal advance notice only. (cont.) Page 5

6 Item 4b (cont.): PM) RESPONSES TO CONTRACTOR QUESTIONS (ASKED OF EOR ANSWERED BY LACCD (cont.) Hours available for campus shutdowns will be from 5PM on a Friday afternoon to 6AM on a Monday morning. Temporary power requirements during this period will be managed on a case by case basis. ARRANGEMENTS FOR CAMPUS POWER SHUTDOWN(S) WILL REQUIRE A MINIMUM OF 14 CALENDAR DAYS ADVANCE NOTICE. ADDITIONALLY, POWER SHUT DOWN DATES WILL BE REQUIRED TO BE SHOWN ON THE BASELINE SCHEDULE TO BE SUBMITTED FOR APPROVAL BY THE CONTRACT AWARDEE FOR REVIEW PRIOR TO AND FOR DISCUSSION AT THE PRE-CONSTRUCTION CONFERENCE. BIDDERS SHALL CALCULATE ALL LABOR COSTS BASED UPON THIS RESPONSE AND INCLUDE ADEQUATE COST COVERAGE WITHIN THEIR RESPECTIVE BIDS TO COMPLETELY SATISFY THE MEANS AND METHODS BIDDERS PROPOSE TO COMPLETE THE SCOPE OF WORK AS DEFINED WITHIN THE PUBLISHED CONTRACT DOCUMENTS. Again, this and all logistical matters will be topics for discussion at the Pre-Construction Conference. ITEM NO. 5 - SCHEDULE Item 5a: Not applicable at this time of bid. This will be a required document at time of contract execution with successful bidder. ITEM NO. 6 COMMUNICATIONS DURING THE BID PERIOD Item 6a: ALL COMMUNICATIONS DURING THE BID PERIOD SHALL BE ROUTED THROUGH THE LACCD PROJECT MANAGER. Contact information is as follows: Steve Paine Facilities Project Manager PaineSM@ .laccd.edu Telephone: Questions, comments and/or concerns of bidders will be acknowledged and responded to in written form only. All communications will be copied, answered and distributed to all bidders to ensure a fair and accurate bid process. Page 6

7 ITEM NO. 7 BID DUE DATE (NO CHANGE) Item 7a: By issuance of this ADDENDUM NO. 3, the Bid due date and time remains as changed in ADDENDUM 2 to the following date and time: THURSDAY, OCTOBER 12, 10:00AM PDT. LOCATION REMAINS AS ORIGINALLY ADVERTISED. END OF ADDENDUM NO. 3 Page 7