county of delaware€¦ · county of delaware public works department 201 west front street, room...

7
Construction Contract No. E-05052020R ADDENDUM NO. 1 to the PROJECT MANUAL for ANNUAL SERVICE & MAINTENANCE OF ELEVATORS AND ALTERATIONS OF ELEVATORS AT FAIR ACRES, LIMA, PA for the COUNTY OF DELAWARE 10/16/202020 G&H No: 2020107 ADDENDUM NO. 1 PAGE NO. 1

Upload: others

Post on 22-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Construction Contract No. E-05052020R ADDENDUM NO. 1

    to the

    PROJECT MANUAL

    for

    ANNUAL SERVICE & MAINTENANCE OF ELEVATORS AND ALTERATIONS OF

    ELEVATORS AT FAIR ACRES, LIMA, PA

    for the

    COUNTY OF DELAWARE

    10/16/202020 G&H No: 2020107

    ADDENDUM NO. 1 PAGE NO. 1

  • 1. Addendum No. 1 dated October 16, 2020, is issued as part of the Contract Documents, to informand/or specify changes, which take precedence over information contained in the original ContractDocuments. Unless otherwise specifically noted or specified hereinafter, or shown on drawingsor schedules accompanying this Addendum, all work required by this Addendum shall conform tothe applicable provisions of the Contract Documents. It shall be the responsibility of the Bidderto include in his bid any cost implications of this Addendum. All Bidders are to indicate on theform of proposal submitted by them, acknowledgment of receipt and compliance with thecontents of this change to the Contract Documents.

    2. Any provision in any of the Contract Documents which may be in conflict or be inconsistent withthe contents of this Addendum shall be void to the extent of such conflict or inconsistency.

    3. ERRATA IN THE PROJECT MANUAL

    .1

    .2

    .3

    .4

    Attached to Addendum No. 1 is revised page PF-6. Under the heading B. Division 143250:1.7.A Pre-Maintenance Repairs, Line 4 was changed to read: “Sub Total Building 6” and Line 16 “Sub Total Building No. 18.” Attached to Addendum No. 1 are four (4) pages of RFI Questions and responses to the questions. In no way do the responses to the questions change the intent of the scope of the project and are provided as clarification. The pump unit in Specification Section 142500, page 9, paragraph 2.5.B shall be a submersible type unit. A reminder- NO EXCEPTIONS SHALL BE ALLOWED TO BE SUBMITTED WITH THE BID PACKAGE. IF A LETTER OR MEMO OR ANY WRITTEN STATEMENT IS INCLUDED WITH THE BID STATING AN EXCEPTION THE BID WILL BE DISQUALIFIED.

    End of Addendum 1

    ADDENDUM NO. 1 PAGE NO. 2

  • Delaware County Department of Public Works DCPW Fair Acres Center Elevators Upgrade & Maintenance Bid Breakout

    Form A. Division Elevator ModernizationBuilding 18 Division 142500 Elevator B $

    Building 6 Division 142500 Elevator 4 Elevator 5

    $ $

    $

    Total A $ B. Division 143250: 1.7.A Pre-Maintenance Repairs

    Building 6Elevator 4 $

    Sub Total Building 6 $ Building 8

    Elevator 9 $ Elevator 10 $

    Dumbwaiter $ $

    Sub Total Building 8 $

    $ Building 18

    Sub Total Building 18 $ Total B $

    C. Division 143250 Elevator Maintenance [INCLUDING WARRANTY CREDITS]

    Location Individual Price

    Monthly Price

    Yearly Cost

    Building 6 #4 $ $ #5 $ $

    $ $ Building 18

    Elevator B Building 8

    Elevator #9 $ $

    Elevator #10 $ $

    Elevator #11 $ $ Elevator #12 $ $ Dumbwaiter $ $

    Total C $ $ Annual Preventive Maintenance to be adjusted beginning Year 4 of this agreement based on 143250 Section 1.10

    Total Bid price A + B + C $

    1-3 YRS. 4th YEAR 5th YEAR

    $

    $ $$ $$ $

    $

    $

    $ $

    $

    $

    $ $$ $$ $

    $

    YR. 1 YR. 2 YR. 3 YR. 4 YR. 5$ $ $ $$ $ $ $$ $ $ $

    $ $ $ $

    $ $ $ $

    $ $ $ $

    $ $ $ $$ $ $ $$ $ $ $$ $ $ $

    Building 8 Division 142100Elevator 9

    Elevator 10$

    Elevator 11Elevator 12

    $$

    Elevator 5 $

    Elevator 11Elevator 12

    $

    Elevator B

    ELEVATORS PF-6 ADDENDUM NO. 1 PAGE NO. 3

    tltLine

    tltLine

    tltLine

    tltLine

    tltLine

    tltLine

    tltRectangle

    tltRectangle

    tltLine

    tltLine

    tltLine

    tltLine

    tltLine

    tltLine

    tltLine

  • October 16, 2020

    Darryl Harris, Project Manager

    County of Delaware

    Public Works Department

    201 West Front Street, Room 207

    Media, PA 19063

    Re: Elevator Maintenance and Modernization Bid RFI’s—Contract#E-05052020R

    Darryl,

    I have the following questions regarding this bid that I would like additional information on:

    1. What is the anticipated award date of contract?

    2. What is the anticipated schedule of elevator modernizations? Will all elevator modernizations be

    awarded at same time? If all modernizations are awarded at the same time, can multiple elevators be

    modernized at the same time?

    3. Please confirm all work for elevator modernizations can be conducted during normal working hours for

    the elevator trade.

    4. For the elevator modernizations, is the one-year warranty period maintenance pricing to be included in

    the pricing for the modernization?

    5. Is elevator FE12 in Building 8 to operate under emergency power?

    6. Please confirm all doors and door equipment for the elevators in building 8 need to be changed. (14

    floors PE9-11, 15 floors FE12).

    7. Please confirm that existing compensation chains in building 8 will be retained.

    8. Please confirm that all ropes and sheaves for the roped hydraulic elevators in building 6 are to be

    retained.

    9. Can the bid due date be extended to allow bid submissions one week after all RFI’s have been

    answered?

    Sincerely,

    Manny Estevez

    Wyatt Elevator Company

    Ashland Center Two / Suite 11 701B Ashland Avenue

    Folcroft, PA 19032 Phone: 610-237-6600

    Fax: 610-237-6700 www.wyattelevator.com

    ADDENDUM NO. 1 PAGE NO. 4

  • RESPONSE TO RFI QUESTIONS:

    1. Award date to be determined by the County.2. The intent is to award all elevators at the same time. Elevators in different buildings may

    allow for more than one elevator at a time at the discretion of Fair Acres Center.3. All work except as noted in section 1.7 B and C which is for pre-test and final inspection

    of equipment ( Item C only if AHJ requires after hour inspection) is to be performedduring normal working hours of the IUEC.

    4. The one year warranty service price should be included in you modernization base bid.5. Yes, emergency power is required for FE12.6. Per 2.8 H and 2.9 for passenger cars, yes all are new hoistway door panels, door tracks

    and door equipment for 14 floors. FE12, per specification section 2.12 all new freightdoor equipment for all 15 floors.

    7. New whisperflex or jacketed chain compensation should be provided with the bid.8. New ropes for the Building 6 roped hydraulic elevators should be provided. The existing

    sheaves can be retained.9. Bid date remains unchanged.

    WYATT ELEVATOR

    ADDENDUM NO. 1 PAGE NO. 5

  • On P142100-5 of the specification document, it identifies safeties, are all 4 traction elevators to receivenew safeties? Yes, all 4 cars per 2.10, Item C.

    On 142100-7 it identifies monitoring. Please clarify, is this the standard monitoring Smartrise/GALinclude in the controls of does it mean some type of Liftnet remote monitoring system? Manufacturersstandard monitoring is approved as long as all cars have capability to hook up via ethernetconnection from a remote location.

    Is a standard NEMA 12 cabinet with air conditioning attached acceptable? Standard cabinet isapproved as long as the AC unit can be serviced without opening the elevator control cabinet. Otherwise, provide per specification section 2.6 E7.Can a secondary brake take the place of rope gripper, we are getting quotes for HW and Torin, and theTorin device will already have a secondary brake? Machines with secondary brakes are acceptable inplace of a rope gripper.

    Are Magnatek drives acceptable alternates to KEB? Magnetek drives are acceptable.Is the EMI filter required? Smartrise indicated it is overkill when they quoted the new controls. Thethree approved manufacturers standard control cabinet design is acceptable.P142500-5 lists cars 5&6 as direct plunger. They are roped hydraulic, should the governors bereplaced? Should we also include removing all extra structural and material items at the top of thehoistway? Yes, replacing of the governors shall be included in your bid. Do not include anyother costs to remove other structural items at the top of the hoistway.

    Should this include removal of remaining structure in the overhead? See above note.What form should a specification acknowledgement take for this bid? I am doing everything possible tokeep our exceptions limited, but there will be a few depending on how the RFI responses come back. Do

    you just want a letter included? No exceptions are allow with the bid. Any exceptions willimmediately disqualify the bid.

    RESPONSES ARE IN RED:

    ADDENDUM NO. 1 PAGE NO. 6

  • Fair Acres RFI

    Code Elevator, Inc.

    Traction Passenger elevators 9, 10 & 11:

    1. Is the cab shell requested on page 5 included in the $25,000 allowance? Page 17 states to

    provide an allowance of $25,000 per elevator for elevator interior fit out. Are new car doors

    included in the $25,000? Should installation be included in the allowance? Cab shells and car

    door panels shall be included in the bid and not part of the cab interior allowance cost for the

    interior allowance. Installation of the cab interior surfaces should be included in the

    allowance but installation of the car doors and cab shell shall be included in the bid.

    2. Page 7 calls for Monitoring. Do you want a separate system (Lift-Net for example) vs. what is

    available standard in the elevator controllers? The manufacturers standard monitoring system

    with ethernet capability is acceptable as long as it can also include the hydraulic elevator

    package and be monitored at a remote location via ethernet connection.

    3. Page 16-point c. calls for brushed bronze buttons, is that the correct finish desired? The hall

    stations call for a stainless steel #4 finish. All buttons and finishes for car and hall shall be

    stainless steel brushed #4.

    4. Page 10 states dynamic braking (resistors), page 11 calls for regenerative drives. Which one?

    Drives are to be regenerative but per Section 2.6, Item 4 the drives are to dissipate the

    regenerative load under emergency standby power.

    Roped Hydraulic Elevators:

    1. Page 6 calls for car solid slide type guides. The existing elevators have roller guides? Please

    confirm that slide guides are what we should bid. Slide guides are acceptable for bid as well as

    new roller guide assemblies.

    2. Page 4 Operational Control – microprocessor based with cabinet air conditioning. Based on our

    survey there is no room to provide air-conditioned cabinets. Please confirm. Proper ventilation

    of the controllers is required as part of the bid. If space does not allow for air conditioning of

    controllers provide other means to maintain temperature within manufacturers acceptable

    range.

    3. Page 4 Motor Control - single speed AC with Wye Delta start. Why are solid state starters not

    specified? Solid state starters shall be provided

    4. Page 7 – Please clarify what is desired for a monitoring system. See answer to #2 traction

    question.

    5. Are cab door doors included in the $20,000 per car allowance? Should installation be included

    in the allowance? Cab doors and installation of same shall be included in the bid and not part

    of the cab interior allowance cost. Installation of the cab interior finishes shall be included in

    the allowance.

    General:

    1. Based on the complexity of the bid, are you able to extend the bid due date one week? Due

    date for the bid remains unchanged.

    RESPONSES ARE IN RED:

    ADDENDUM NO. 1 PAGE NO. 7