Attached is Addendum No. 2 to SEPTA Sealed Bid APES, Install DC Stinger Distribution System - SEPTA Fern Rock Car House.

Similar documents
Southeastern Pennsylvania Transportation Authority 1234 Market Street Philadelphia, PA

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT CHABOT COLLEGE CAMPUS MASTER SIGN PROGRAM, PHASE 2 BID NO

CLARIFICATIONS 1. See attached meeting minutes from the Pre-Bid meeting on June 14, 2017.

ADDENDUM No. 4 Page 1 of 8 (includes attachment)

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202

IFB PAINTING AT HAYDON ELEMENTARY ADDENDUM #1

Answer: Only to ChurchWoods, LLC.

December 31, 2015 A. THE BID OPENING DATE IS UNCHANGED. B. Questions, Additions, and Deletions

TG Glazing Design-Build

Answer: Qualification statement should be provided with the bid.

COMMERCIAL / INDUSTRIAL APPLICATION FOR PLAN EXAMINATION AND BUILDING PERMIT

Bid #3990DB - Two Way Motorola Radio System District Wide Upgrade

CITY OF WATERTOWN INVITATION TO BID PRINTING OF GENERAL OFFICE PAPER SUPPLIES WATERTOWN, WI. ADVERTISE: July 31 & August 7, 2015

ADDENDUM # 01. Date: March 16, District- Wide Grease Trap Pumping Services. RFQ Number:

Merrick Pet Care New Distribution Center Hereford, Texas

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 2

ADDENDUM NO. 2 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

CITY OF NAPERVILLE DEVELOPMENT SERVICES TEAM ELEVATOR INSTALLATION/MODERNIZATION/REPAIR

FAB GSE Remodel ITB Solicitation #1538 Invitation to Bid (ITB) for General Contracting Services. ADDENDUM #4 December 5, 2014

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.

BID ADDENDUM NO. 4 ITB/004/16/KL CITY OF WINTER SPRINGS WTP NO. 1 WATER QUALITY IMPROVEMENTS

James W. Moore, PE / Brandon D. Enevold, PE / Kjersten E. Kuhta, PE Dylan J. Cunningham, PE / Jacob L. Deering, PE / Joel R.

Addendum No. 3 Tender Call No Revised Closing: 12:00 NOON (LOCAL TIME), April 24, 2017

10930 W. Sam Houston Parkway N., Suite 900

TRANSMITTAL LETTER. As Builts Change Order Contract Copy of Letter Insurance. For approval Approved as submitted Resubmit copies for approval

SECTION PANELBOARDS

Company. Signed: Date:

ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR PROPOSALS (RFP) FOR. RFQ/RFP No. 15P40. Campus Center East HVAC Unit Replacement

2. What are the estimated volumes for the Residuum Harvesting See response to Question 1

MTJ Outdoor Baggage Claim

MPA Project No. M495-C1 Refrigerated Container Storage Improvements Project Location: Conley Terminal, Boston, MA

SECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

Facility Services Subgroup Preface for Divisions 21` through 28

ADDENDUM No. 1. RFP No Gallup Park Custom Playground Equipment Design. Due: Tuesday, August 4, 2015 by 10:00 a.m.

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box East Shore Road Jamestown, Rhode Island Invitation to Bid Request for Proposals

DIVISION 1 - GENERAL REQUIREMENTS SECTION SUBMITTALS

Section Meetings Section Material and Equipment. None Required

Solicitation No.: The enclosed addendum amends the proposal documents for the above referenced Project.

MPA Project No. M495-C1 Refrigerated Container Storage Improvements Project Location: Conley Terminal, Boston, MA

JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia

PLAN SUBMITTAL REQUIREMENTS

SIGN PERMIT APPLICATION

INDIGO LAKES HOA ARCHITECTURAL REVIEW COMMITTEE REQUEST FOR MODIFICATION

ADDENDUM NO. 3 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

DESIGN REVIEW PROCESS AND APPLICATION

MINUTES OF MEETING. The following Questions were asked and answers were provided accordingly:

ADDENDUM No. 1. ITB No Northside Interceptor Condition Assessment. Due: February 1, 2018 at 10:00 A.M. (Local Time)

Spec Section: , Complete Elec, Comm, and Fire Alarm , Complete Elec, Comm, and Fire Alarm Data Sheets RAN/GCAN

CITY OF TACOMA Tacoma Power/Transmission & Distribution

B. Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form.

November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA. Y CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT

How to Estimate the Cost of a. Precast Concrete Parking Structure

WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO Job No.:

HAMMEL ASSOCIATES ARCHITECTS, LLC 2 5 E A S T G R A N T S T R E E T, S U I T E L A N C A S T E R, P E N N S Y L V A N I A

This section applies to the requirements for the performance of power system studies by both the Design Engineer and the Contractor.

GRICE-TRIVERS JOINT VENTURE ARCHITECTS PAGE 1 PROJECT NO

COUNTY OF NORTHUMBERLAND Addendum No. 3 Request for Quotations To Renovate the Grafton Recreation Centre for a Licensed Child Care Centre

LAUSD Facilities Technology Program Management Group

ADDENDUM NO. 1. November 6, 2016 BIDDING AND CONTRACT DOCUMENTS FOR

SECTION VI SCOPE OF WORK

REGIONAL TRANSIT AUTHORITY PUBLIC NOTICE. IFB Rail Expansion (Streetcar) Rampart Street. Addendum IV

INVITATION TO BID. * EA Mounted) 24 Detector Card (NEMA TS-2) * EA 25 Concrete Curb Ramp *848 5 EA

SECTION SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS

SECTION CLOSEOUT SUBMITTALS SECTION CLOSEOUT SUBMITTALS

CITY OF JOLIET ADDENDUM NO. 1 LOCAL AREA NETWORK (LAN) HARDWARE RFP

SECTION ADMINISTRATIVE REQUIREMENTS SECTION ADMINISTRATIVE REQUIREMENTS

Notre Dame High Addition/Renovation Addendum 3 Page 1

ADDENDUM 1. This Addendum forms part of and modifies Proposal Documents dated, October 31, 2018, with amendments and additions noted below.

Purchasing Services AOC East Fowler Avenue Tampa, Florida (813) Web Address:

***************************************************************************** DRAFT UFGS- 01 XX XX (FEB 2014)

Bid No. B14-02 Building 100 HVAC Improvements

ADDENDUM #1. April 29, 2009

ALL PLAN HOLDERS NANCY MAGER, NPSR ARCHITECTS, INC. DATE: November 29, Lea County General Service Building PROJECT NO: ADDENDUM NO: 1

ADDENDUM NO. 1. Request for Proposal #1342 Custom Printing March 22, 2018

NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017

REQUEST FOR PROPOSALS

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.

ADDENDUM 1 and 2 September 29, 2017 Request for Proposals: Wi-Fi and Wireless Backhaul Replacement

Lincoln County Tax Appraisal Office Project No. RFB

BUILDING PLANS. BUILDING INSPECTIONS DEPARTMENT

Specifications: Other: sign in sheet

JUNE 27, 2016 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS SYRACUSE HANCOCK INTERNATIONAL AIRPORT CULVERT REPLACEMENT FOR RUNWAY 28 APPROACH ACCESS ROAD

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION

DESIGN REVIEW BOARD APPLICATION EXTERIOR PLAN / LANDSCAPE PLAN

8 th April 2018 ADDENDUM NO. 1

RFP # CULVER CITYBUS: BUS SIGNAL PRIORITY SYSTEMS PROJECT Response to Questions

STANDARD SPECIFICATIONS SECTION SUBMITTAL PROCEDURES

REVISION #1. Section. fire alarm B. C. the hot. intent of. required. manufacturer. materials. C. Warranty

.1 Applicability: These criteria shall be applied as follows:

Ingham County Request for Proposals Public Safety Radio System Project Manager and Consulting Services Packet #120-18

SECTION STEEL LIGHTING STANDARDS. 1. Electrical conduit and fittings; Section

Residential Construction Checklist Single and Two Family Construction

Addendum No.2. Rehabilitation of Maqam en-nabi Musa in Jericho Governorate. 29 September 2:00 PM (Jerusalem Time)

ADDENDUM TO RFQ/P DOCUMENTS PROJECT # ADDENDUM: #01

ADDENDUM NUMBER ONE (1) For. Occoquan Regional Park Jean R. Packard Center 1608 Room Exhibit Fabrication & Installation

Anticipated schedule, Page 2. Change the Contract Term from 635 Days to be 1,127 Days.

Single-Family Dwelling Submittal Requirements

Transcription:

Dear Sir/Madam: Attached is Addendum No. 2 to SEPTA Sealed Bid 17-00222-APES, Install DC Stinger Distribution System - SEPTA Fern Rock Car House. The Bid due date and time is changed from Thursday, Nov. 30, 2017 at 1:00 PM, to Tuesday, Dec. 5, 2017 at 1:00 PM. Any inquiries regarding this opportunity must be directed to Paul Stavros of the Procurement and Supply Chain Management Department at (215) 580-3543 or pstavros@septa.org. Sincerely, Paul Stavros Paul Stavros Sr. Contract Administrator Procurement & Supply Chain Management Dept.

Sealed Bid No. 17-00222-APES Addendum No. 2, 17-00222-APES Install DC Stinger Distribution System - SEPTA Fern Rock Car House To All Bidders: The following constitutes Addendum No. 2 to SEPTA's Sealed Bid No. Install DC Stinger Distribution System - SEPTA Fern Rock Car House. This Addendum must be acknowledged by inserting the date of the Addendum on the Bid Addenda Acknowledgement Form to be submitted with your Bid. Failure to do so may render a bidder's proposal as nonresponsive. Questions, Answers, and Clarifications issued with this Addendum are hereby incorporated by reference and made part of the Terms and Conditions of this project. A. General 1. Due Date/Time for Bid Opening is hereby changed from Thursday, November 30, 2017 at 1:00 PM to Tuesday, December 5, 2017 at 1:00 PM. 2. Please see attached Revised Schedule A. 3. Please see attached Revised Set of Drawings (11), which includes revisions to Drawings: a. E200; b. E201; c. E202; d. E204; e. E205; and, f. E207 4. Please see attached Revised Specification which: a. Removes Sections 16501 & 16511; and; b. Revises the following sub-sections of Section 01010; i. sub-section G.2; ii. sub-section J.1; and, iii. sub-section J.2 B. Questions/Responses: 1. Q. I do not see any mention or requests for an infrared survey in this project. Is an infrared inspection required? R. No, an infrared inspection is not required. 2. Q. Bid form Schedule A page 13 has a bid item for Division 02 Site Work. I do not see any site work on the drawings. Are we just to put a zero dollar amount in that bid Item? R. There is no site work on this project. Please see attached Revised Schedule A form, which removes the bid line item for Division 02 - Site Work. Page 1 of 4

Addendum No. 2, 17-00222-APES 3. Q. Specification section 16511 Lighting A fixture type is specified however when reviewing the drawings we cannot identify any lighting. Please advise. R. Section 16511 has been removed from the Specification. See revised Specification. 4. Q. Is rigid steel conduit to be used for the control portion of the project? From the existing panel MLP to the new DCSB and from the DCSB to all the control stations? R. Rigid steel conduit is not permitted. All conduits are to be FRE. 5. Q. Drawing E200 & E201 Notes 1, 2 & 3 state that the contractor is to coil the DC cable at the overhead, third rail & new FRE box and SEPTA will make final connections. Is this statement correct? If the contractor is to make the connections, please provide a detail of the method of connection that will be accepted for both the third rail and the overhead rail? R. Yes, the statements on drawings E200 & E201 are correct. The contractor is to leave the DC cables coiled and SEPTA will make the final connections. 6. Q. Drawing E200, note #1 states contractor shall coil cable at existing overhead and third rail. Is this referring to the existing overhead buss system that feeds the stinger and power plug drops? R. See response to Question #5. Contractor to make all stinger/power tip/probe and power plug connections. SEPTA will make final connections. 7. Q. Drawing E200, note #2 states contractor to run (2) 1000MCM cables from DCSB to new FRE box and coil. Please confirm that SEPTA will make the final terminations. R. See response to Question #5. Contractor to make all stinger/power tip/probe and power plug connections. SEPTA will make final connections. 8. Q. Drawing E200, note #3 states final connections will be made by SEPTA. Please clarify. Is this for the power tip/cable and power plug/cable shown on E207? Is this for the 500MCM wire leaving DCSB to the existing overhead buss system? Is it for the 500MCM wire leaving DCSB to the third rail? R. See response to Question #5. Contractor to make all stinger/power tip/probe and power plug connections. SEPTA will make final connections. 9. Q. Drawing E200, note #4 states contractor to install new conduit and cable to each control station from DCSB. Please provide the number of conduits needed, size of conduits, quantity of wires, and gauge of wires. No single line or description was provided. R. See schematic on drawing E205 for information on wire and conduit size. Page 2 of 4

Addendum No. 2, 17-00222-APES 10. Q. Drawing E200, note #5 states contractor to install new conduit and cable from existing MLP to DCSB for control power. Please provide the number of conduits needed, size of conduits, quantity of wires, and gauge of wires. No single line or description was provided. R. Refer to new note added to drawing E202. 11. Q. Drawing E202, note #4 states mounting, installation work, and furnishing hardware shall be by others. Please clarify who others would be. R. Others on drawing E202 refers to the contractor doing the installation work. 12. Q. Drawing E207 shows detail of power tip with retractable and lockable sleeve. Please provide specific manufacturer and part number for these. R. Please contact MAC Products for additional information. 13. Q. Drawing E207 shows detail of cable mounted hanger for storage of service power tip. Please provide specific manufacturer and part number for these. R. Manufacturer information is provided on drawing E207. 14. Q. Bid form page #13, item No.2 listed as site work. Please give a description of this work (if any). If there is not what would you like to see inputted for that line item (n/a, $0.00)? R. Please see attached Revised Schedule A form, which removes the bid line item for Division 02 - Site Work. 15. Q. Will prime E.C. contractor be responsible for office meeting trailer for job progress meetings? If so please show laydown area for this, and closest available water/electrical connections points. R. A contractor trailer is not required for this project. See specification section 01200 for additional information. 16. Q. Will prime E.C. contractor be able to use an area in the building for laydown/staging area for materials and tools? If not please show laydown area for this, and closest available water/electrical connections points. R. Caged area for new DCSB will be available for on-site material and tool storage. See specification section 01600 for additional information. 17. Q. What are the cable lengths for the stinger and plug drops? R. The cable lengths for the stinger and plug drops are 30. These dimensions have been added to the drawings. 18. Q. What type of lug is required for the beginning of the drop, compression or mechanical? R. See drawing E207 for lug information. Page 3 of 4

Page 4 of 4 Addendum No. 2, 17-00222-APES 19. Q. Provide cable type and wire size for both the stinger and plug drops. We were unable to read any of the text on the cables in the maintenance facility, these grease was too thick. R. Cable type to be 2/0; RHH/RHW-2. This information has been added to drawing E207. 20. Q. Provide manufacturer name and part number on the plug. R. Manufacturer information is provided on drawing E207. 21. Q. Strobe Lights: Drawing shows a quantity of (12), Schematic shows a quantity of (7). Which one is correct? R. The quantities shown on the schematic on drawing E205 have been revised to show the correct number. 22. Q. Horns: Drawing shows a quantity of (12), Schematic shows a quantity of (7). Which one is correct? R. The quantities shown on the schematic on drawing E205 have been revised to show the correct number. 23. Q. Control Stations: Drawing shows a quantity of (14), Schematic shows a quantity of (7). Which one is correct? R. The quantities shown on the schematic on drawing E205 have been revised to show the correct number. 24. Q. Is there a chance that this bid due date gets extended to 12/01/17? R. The Bid Due date was extended via Addendum No. 1 and is again extended by this Addendum No. 2. 25. Q. Spec sections 16501 and 16511 are these relevant to this project? R. Specification sections 16501 and 16511 are not needed on this project and have been removed from the attached revised Specification. 26. Q. What are the elevations of the strobe lights and control stations? R. Height dimensions have been added to drawing E200 and E201. 27. Q. In section 01010 j 3 states track outages are to be on Saturday and Sunday. Will there be any time available during normal weekday work hours? R. Yes, additional hours are available. See revised specification section 01010. 28. Q. Will there be a lay down or storage area in close proximity to the car shop? R. See response to Question #16. 29. Q. Who is the manufacture of the existing trolley buss? R. Information on the existing trolley bus manufacturer is unavailable. **** End Addendum ****

SCHEDULE A (REVISED via ADDENDUM No. 2) ITEMS AND DIVISION PRICES BID Project Name: 17-00222-APES, DC Stinger Distribution System Install, Fern Rock Car Shop Provide all Labor, Material, Equipment, Bonds, Insurance, Permits, Licenses, etc. to complete the Work in accordance with the IFB and all related Contract Documents, which include: Specifications, Drawings, and any other documents provided with the IFB, and as Amended during the Bidding Period. All items must be bid for award consideration. All work shall be completed within One-Hundred and Eighty-Three (183) Days of issuance of the Notice to Proceed. ITEM DESCRIPTION TOTAL PRICE NO. 1 Division 01 General Requirements $ 2 Division 16 Electrical $ Total (Sum of Items #1 & # 2): $ Basis of Award: Please refer to Instructions to Bidders Item # 4 From: Name of Bidder Name/Title of Contact Address of Bidder City, State, Zip / Contact Phone / Mobile Number FAX Number (if available) Contact Email Address Bid Forms 13 State Construction Contract 1017