BID ADDENDUM NO. 2 FOR SOLANO COUNTY TRANSIT OPERATIONS & MAINTENANCE FACILITY COMPRESSED NATURAL GAS PROJECT

Size: px
Start display at page:

Download "BID ADDENDUM NO. 2 FOR SOLANO COUNTY TRANSIT OPERATIONS & MAINTENANCE FACILITY COMPRESSED NATURAL GAS PROJECT"

Transcription

1 BID ADDENDUM NO. 2 FOR SOLANO COUNTY TRANSIT OPERATIONS & MAINTENANCE FACILITY COMPRESSED NATURAL GAS PROJECT City of Vallejo Solano County, California Pre-Bid Meeting: 2:00 PM, Thursday, August 11, 2016 Bids Due: 12:00 noon, Thursday, September 1, 2016 Bids Open: 2:00 PM, Thursday, September 1, 2016 NOTICE: Addenda, if any are issued, will only be sent to holders of record, as registered with Kimley-Horn / SolTrans

2 for the project entitled: SOLANO COUNTY TRANSIT OPERATIONS & MAINTENANCE FACILITY COMPRESSED NATURAL GAS PROJECT 1850 BROADWAY STREET, VALLEJO, CA Per Proposal Documents, all bidders shall acknowledge inclusion of this in their submittal. Bid Documents 1. Notice to Contractors and Special Provisions (Bid Due and Bid Open Date/Time) The following changes are made to Page III: [Sealed proposals (bid)s for the work shown ] will be received at the Soltrans office located at 311 Sacramento Street, Vallejo, CA until noon, Thursday, September 1, 2016, after that, bids will be no longer accepted. Bids received until shall be transported unopened by 2:00 pm at to the Soltrans Conference room 105 located at 1850 Broadway Vallejo, CA Notice to Contractors and Special Provisions (Contractor License Requirement) The following changes are made to Page V, 4. CONTRACTOR LICENSE REQUIRED: A. The successful bidder, before Contract award, must possess a current Class A or B Contractor s license issued by the Contractors State License Board of the State of California. Failure of the bidder to obtain the required license before award of the Contract shall constitute a failure to execute the Contract and shall result in the forfeiture of the security of the bidder. 3. Notice to Contractors and Special Provisions (Wage Determination Federal and California) The following paragraph is added to Exhibit D: Davis-Bacon and Copeland Anti-kickback Acts This project is subject to Davis Bacon wage rates as well as adherence to California prevailing wage rates: A. This Project is located in Solano County, California B. Federal Wage Information: i. Wage Determination Federal General Decision Number CA160009, 7/29/2016, CA9 is included. ( ii. Part 5 Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction, Subpart A Davis-Bacon and Related Acts Provisions and Procedures is included. iii. U.S. Department of Labor, Memorandum, No. 213, March 22, 2013, Subject: Application of the Davis-Bacon and Related Acts requirement that wage rates for additional classifications, when conformed to an existing wage

3 determination, bear a reasonable relationship to the wage rates in that wage determination is included. iv. Standard Form 1444 (Rev ), Prescribed by GSA-FAR (48 CFR) (f), Request for Authorization of Additional Classification and Rate is included. C. State of California Wage Information: i. Wage Determination California ii. Prevailing Wage Determinations may be found at: iii. No special determinations have been received from the Department of Industrial Relations for this project. iv. 1 st publication date of the Advertisement for Bids: July 29, Proposal and Contract (Contractor Qualifications) The following changes are made to Page 14 Contractor Qualifications: 1. Have possessed a valid, active and in good standing, State of California Department of Consumer Affairs, Contractor s License Board Classification A or B, for a minimum of five (5) continuous years prior to the date of bid opening. 4. Have completed to the public owner s satisfaction, no less than two (2) public works Compressed Natural Gas (CNG) projects in the State of California, each with an original contract price of no less than $2,000,000, within the past five years prior to the date of bid opening October 1, Response to Bidder s Questions 1. QUESTION: Will Bids be accepted before September 1, 2016 at noon? RESPONSE: Attention directed to. Sealed proposals (bid)s will be received at the Soltrans office located at 311 Sacramento Street, Vallejo, CA until noon, Thursday, September 1, 2016, after that, bids will be no longer accepted. Bids received shall be transported unopened by 2:00 pm to the Soltrans Conference room 105 located at 1850 Broadway Vallejo, CA After which time said bids will be publicly opened and read. 2. QUESTION: We are a nationwide general contractor and we would like to bid this project but will not have two public works projects of $2 million or more complete until September 30, We respectfully request the contractors qualifications to be modified at item #4 to say prior to October 1, 2016 in lieu of prior to bid opening. RESPONSE: Attention directed to. Proposers shall have completed no less than two (2) Compressed Natural Gas (CNG) projects in the State of California, each with an original contract price of no less than $2,000,000, within the past five years prior to October 1, 2016 (estimated date of contract award).

4 3. QUESTION: [A Contractor] has a Class A contractor s license, & registered with the DIR as a General Contractor with CA. Is this Class A license OK instead of a Class B license as requested in the above listed specification? RESPONSE: Attention directed to. Qualified Bidders shall have a Class A or Class B Contractor s license issued by the Contractors State License Board of the State of California before Contract Award. 4. QUESTION: Will bids be accepted to cover testing and inspection services for the above stated project? Does County perform testing and inspection services in-house? RESPONSE: Testing and Inspection services are not included in the Invitation For Bid. These services will be provided by Soltrans Project Construction Manager. 5. QUESTION: Based on the inlet pressure of the site, achieving 1000 SCFM at 7 PSI (taking into account header and dryer pressure drop) with a 500 HP 5 stage machine in unachievable (requirements exceed 500 BHP horsepower calculation). Is it acceptable to produce 1000 SCFM from within the inlet pressures specified with the understanding that a lower inlet pressures within the specified range will have reduced flow and may not meet the specified 1000 SCFM? RESPONSE: Use a nominal delivery pressure of 30 psig at the outlet of PG&E's natural gas meter set assembly as the basis for major CNG equipment design. All remaining design conditions in Section 1.6 in Specification Section shall remain unchanged. 6. QUESTION: A maximum compressor noise of 75 db at 10ft from a 500 BHP compressor package with standard sound attenuating enclosure is unachievable without contractor provided sound attenuating walls or building(s). The machines that are requested have an approximate sound rating of 95 db at 10. IS there a site requirement that the sound needs to meet? RESPONSE: A City noise ordinance limits noise emanating from the property 7. QUESTION: Are the dispensers suppose to display DGE or GGE? There are conflicting specification requests under Section 2.7 in RESPONSE: The first sentence in Paragraph 2.7C.8 in Specification Section shall be revised as follows: "The display head shall display the equivalent diesel gallons dispensed on the front of the dispenser." 8. QUESTION: Will gauges with 1.5% accuracy be acceptable? RESPONSE: Provide pressure gauges with an accuracy of +/- 0.5% of full scale or better as specified in Section 2.11A in Specification Section QUESTION: Is a Honeywell gas detector considered an approved equal? RESPONSE: The Honeywell Searchpoint Optima Plus is a point infrared gas detector and is considered an approved equal. 10. QUESTION: Will Parker Seal-Lok and Cyro-lok be acceptable tubing fittings? RESPONSE: Parker Seal-Lok tubing fittings are considered an approved equal.

5 11. QUESTION: Is a powder coated NEMA 3R cabinet acceptable for the matrix panel in lieu of an expense NEMA 4X cabinet? RESPONSE: Provide the specified NEMA 4X cabinet as specified in Paragraph 2.6D in Specification Section QUESTION: Are alarm notifications via or SMS txt acceptable in lieu of an auto dialer? RESPONSE: or SMS texting are acceptable in lieu of telephone calls from an autodialer. 13. QUESTION: Will alternate equipment proposals be considered? RESPONSE: Bidders must base their bid on equipment from the acceptable manufacturers listed in the Specifications. Substitution requests may be submitted within 30 calendar days of the date of commencement specified in the Notice to Proceed for review and approval by SolTrans's Representative as specified in Specification Section QUESTION: Are any known special provision or permits required to comply with NFPA regarding the proximity of the CNG equipment related to the railroad tracks? RESPONSE: The City of Vallejo Fire Department has reviewed the plans with respect to the proximity of the CNG equipment to the railroad tracks and has determined the location of the CNG equipment to be acceptable. 15. QUESTION: We would like to propose FTI as an alternate compressor, panel and dispenser manufacturer and have the following questions for acceptance Compressor: a. FTI Performance - Please be advised that the maximum flow at 7 PSIG inlet is 511 SCFM. Only at 27 PSIG are we able to achieve 997 SCFM. Please see attached calculations. b. Under 1.4, item E: the CNG compressors including compressor motor control system, dryer, and fast-fill dispenser shall be factory inspected and certified by a Nationally Recognized Testing Laboratory for compliance with NFPA 70. Certification by the third party inspection firm shall be evidenced by the submittal of the inspection report and the application of a sticker on the equipment. c. FTI compressors and dispensers do not have such certifications. Normally our compressors and dispensers are manufactured in compliance of NFPA 70, but have never been certified. Is such a certificate critical? The specification does not require a compressor to be certified and of the list of approved units, Angi is the only one known to have this approval. d. Under 1.5, Item A: Within six weeks of receipt of the Notice to Proceed, submit four copies of the following drawings and data for review... e. FTI requests that 12 weeks should be considered for the submittal of these drawings and calculations. f. Under 1.6, Item C, point 2: Suction Pressure: 7-27 PSI, compressor unit flow rate: 1000 SCFM minimum. g. FTI compressors have difficulties in reaching such flow rates at 7 PSIG suction. Can you please confirm if the end user requires the compressor to be with 1000 SCFM at 7 PSIG inlet. Based on my experience, I do not think any competitor can achieve such a flow at 7 PSIG inlet suction.

6 Angi cannot, unless they go for a 6 throw machine, neither can JW power, nor clean energy for sure. h. Under 2.2, item A, point C: The compressor shall be horizontal, balance-opposed cylinders that are forged steel construction with ion-nitride hardened bores with peed high pressure piston rings. i. This is a funny statement as Clean Energy compressors can never satisfy the above requirement because their machines are not horizontal but are a W type configuration. However, they are on the approved vendor list. This is a kind of ironic. On the other hand, we have to agree that Clean Energy has supplied hundreds of compressors in the US. j. Under 2.2, A, item 2, point o. A programmable controller to monitor and control all compressor functions shall be provided onboard the compressor skid. k. FTI requests that the PLC control panel to be placed in a safe area rather than on board the compressor skid for the following reasons: The vibration on the compressor can cause potential damage to the control panel. It would be much more costly if we put the PLC panel on the skid due to zone classification. An on board PLC control panel is going to be a few times more expensive than a panel in a safe area. l. Pressure Vessels - Can 38 foot tubes be utilized? Fiba expressed a 20% savings if longer tubes can be used. m. Dispenser - Under 2.7, point 11: Venting of CNG from hose disconnection and from pressure relief valve discharge shall be routed to a 1-inch vent line mounted inside the dispenser by the manufacturer. The FTI dispenser uses standard ¾ tubing instead of 1" for the convenience of tube bending. FTI believes that 3/4" size should be enough for the vent of the gas. Can ¾ be used? RESPONSE: These requests related to equipment design changes are deemed to fall under the procedures applicable to substitution requests. Substitution requests may be submitted within 30 calendar days of the date of commencement specified in the Notice to Proceed for review and approval by SolTrans's Representative as specified in Specification Section Note that Paragraph 2.2A.2 in Specification Section specifies "...All compressors from the above list of manufacturers are acceptable. Differences in compressor technology (e.g. lubricated vs. non-lubricated cylinders) are not considered conflicts for purposes of this Specification..." 16. QUESTION: Is there any methane detection under the existing fueling canopy at the dispensing area. RESPONSE: There is no existing methane detection system at the dispensing area. Furthermore methane detection is not required by the City Fire Department for the new CNG dispensers under the existing canopy at the dispensing area. 17. QUESTION: A 4 throw horizontal compressor is at the project limit with 27 psi inlet creating 997 scfm. A much more expensive 6 throw machine would be needed to go over 1000 scfm unless a booster compressor was utilized. Boosting the pressure to 50 or more for instance would allow 4 throw machines to be used and easily exceed 1000 scfm. Can a booster compressor be used to stabilize and increase the incoming line pressure? RESPONSE: A booster compressor is not acceptable for the base bid.

7 18. QUESTION: Your specification states Dryer shall include a local disconnect switch. Disconnect switch shall be 480VAC, 30A, 3P, with (3) fuses in NEMA 3R enclosure. Switch shall have a minimum short circuit rating of 65,000 amps rms symm. Disconnect switch with a NEMA 3R rating cannot be locally mounted in a Class 1, Division 2, Group D area. Disconnect can be supplied separately for remote mounting. Our estimate calls for minimum 100A rating for this dryer size. Please confirm that this is acceptable. RESPONSE: Paragraph 2.3G.2 in Specification Section shall be revised as follows: Dryer shall include a local disconnect switch. Disconnect switch shall be in an enclosure suitable for Class 1, Division 2, Group D locations. Switch shall have a minimum short circuit rating of 65,000 amps rms symm.