the bid opening date and time scheduled for thursday ...€¦ · 74. drawing ee1401– remove...

51
Southeastern Pennsylvania Transportation Authority 1234 Market Street Philadelphia, PA 19107-3780 August 10,2016 SEPTA Dear Sir/Madaiu Enclosed is Addendum No. I to SEPTA's Sealed Bid No. 16-00I38-AMJP- Frazer Shop & Yard Expansion-Contract 2. The bid opening date and time scheduled for Thursday August 18, 2016 at 10:00 A.M. has been postponed until Thursday August 25,20!6at 10:00 A.M. The bids will be opened in Conference Room 11-A ofSEPTA's General OtTices, 1234 Market Street. 1Ith Floor. Philadelphia, Pennsylvania 19107. Any inquiries regarding this bid must be directed to. Michael Piselli of the Procurement and Supply Chain Management Department at {215)580-8364. MJP Enclosures Sincerely, Aug 10 2016 2;59PM Michael J Piselli Michael Piselli Contract Administrator Procurement & Supply Chain Management

Upload: trandan

Post on 07-Apr-2018

220 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Southeastern Pennsylvania Transportation Authority1234 Market Street ♦ Philadelphia, PA 19107-3780

August 10,2016

SEPTA

Dear Sir/Madaiu

Enclosed is Addendum No. I to SEPTA's Sealed Bid No. 16-00I38-AMJP- Frazer Shop & Yard Expansion-Contract 2.

The bid opening date and time scheduled for Thursday August 18, 2016 at 10:00 A.M. has been postponed until Thursday August25,20!6at 10:00 A.M. The bids will be opened in Conference Room 11-A ofSEPTA's General OtTices, 1234 Market Street. 1IthFloor. Philadelphia, Pennsylvania 19107.

Any inquiries regarding this bid must be directed to. Michael Piselli of the Procurement and Supply Chain Management Departmentat {215)580-8364.

MJP

Enclosures

Sincerely,

Aug 10 2016 2;59PM

Michael J Piselli

Michael Piselli

Contract Administrator

Procurement & Supply Chain Management

Page 2: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 Page 1 of 32

Sealed Bid No. 16-00138-AMJP Frazer Shop & Yard Expansion – Contract 2

ADDENDUM NO. 1

To All Bidders:

The following constitutes Addendum No.1 to SEPTA's Sealed Bid No. 16-00138-AMJP– Frazer Shop & Yard Expansion – Contract 2. Addendum No. 1 must be acknowledged by inserting the date of the Addendum on Page 20 of the Bid Forms. Failure to do so may render a bidder's proposal as non‐responsive.

The bid opening date and time scheduled for Thursday August 18, 2016 at 10:00 A.M. has been postponed until Thursday August 25, 2016 at 10:00 A.M. The bids will be opened in Conference Room 11-A of SEPTA's General Offices, 1234 Market Street, 11th Floor, Philadelphia, Pennsylvania 19107.

A. General

1. The bid opening date and time scheduled for Thursday August 18, 2016 at 10:00 A.M. has been postponed until ThursdayAugust 25, 2016 at 10:00 A.M. The bids will be opened in Conference Room 11-A of SEPTA's General Offices, 1234Market Street, 11th Floor, Philadelphia, Pennsylvania 19107.

2. Questions and Answers (1-259) are attached.

3. Revised Special Conditions – Milestone Completion Requirements & Liquidated Damages is attached.

4. Chester County Wage Rates are attached. Please remove the Berks County Wage Rates.

B. Specifications

1. Specification 01400 – Remove section and replace section2. Specification 01500 – Remove section and replace section3. Specification 01570 – Remove section and replace section4. Specification 02466 – Remove section and replace section5. Specification 02468 – Remove section and replace section6. Specification 02475 – Remove section and replace section7. Specification 04200 – Remove section and replace section8. Specification 07720 – Remove section and replace section9. Specification 08450 – Remove section and replace section10. Specification 09651 – Remove section and replace section11. Specification 09900 – Remove section and replace section12. Specification 13120 – Remove section and replace section13. Specification 14095 – Remove section and replace section14. Specification 15037 – Remove section and replace section15. Specification 15038 – Remove section and replace section16. Specification 15082 – Remove section and replace section17. Specification 15885 – Remove section and replace section18. Specification 16341 – Remove section and replace section19. Specification 16600 – Remove section and replace section

Page 3: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 2 of 32 C. Drawings

1. Drawing CE0001 – Remove drawing and replace drawing 2. Drawing CE0050 – Remove drawing and replace drawing 3. Drawing CE0051 – Remove drawing and replace drawing 4. Drawing CE0101– Remove drawing and replace drawing 5. Drawing CE0102 – Remove drawing and replace drawing 6. Drawing CE0103 – Remove drawing and replace drawing 7. Drawing CE0104 – Remove drawing and replace drawing 8. Drawing CE1001 – Remove drawing and replace drawing 9. Drawing CE1002 – Remove drawing and replace drawing 10. Drawing CE1003 – Remove drawing and replace drawing 11. Drawing CE1004 – Remove drawing and replace drawing 12. Drawing CE3001 – Remove drawing and replace drawing 13. Drawing CE3002 – Remove drawing and replace drawing 14. Drawing CE3003 – Remove drawing and replace drawing 15. Drawing CE3004 – Remove drawing and replace drawing 16. Drawing CE3050 – Remove drawing and replace drawing 17. Drawing CE3051 – Remove drawing and replace drawing 18. Drawing CE3052 – Remove drawing and replace drawing 19. Drawing CE3053 – Remove drawing and replace drawing 20. Drawing CE3054 – Remove drawing and replace drawing 21. Drawing CE3055 – Remove drawing and replace drawing 22. Drawing CE3056 – Remove drawing and replace drawing 23. Drawing CE3057 – Remove drawing and replace drawing 24. Drawing CE3058 – Remove drawing and replace drawing 25. Drawing CE3059 – Remove drawing and replace drawing 26. Drawing CE3060 – Remove drawing and replace drawing 27. Drawing CE3061 – Remove drawing and replace drawing 28. Drawing CE3070 – Remove drawing and replace drawing 29. Drawing CE3171 – Remove drawing and replace drawing 30. Drawing CE5101 – Remove drawing and replace drawing 31. Drawing CE5102 – Remove drawing and replace drawing 32. Drawing CE6106 – Remove drawing and replace drawing 33. Drawing CE6107 – Remove drawing and replace drawing 34. Drawing CE6108 – Remove drawing and replace drawing 35. Drawing CE6109 – Remove drawing and replace drawing 36. Drawing CE6110 – Remove drawing and replace drawing 37. Drawing CE6113 – Remove drawing and replace drawing 38. Drawing CE6114 – Remove drawing and replace drawing 39. Drawing CE6115 – Remove drawing and replace drawing 40. Drawing CE6118 – Remove drawing and replace drawing 41. Drawing CE6119 – Remove drawing and replace drawing 42. Drawing CE6120 – Remove drawing and replace drawing 43. Drawing CE6123 – Remove drawing and replace drawing 44. Drawing CE6124 – Remove drawing and replace drawing 45. Drawing CE6125 – Remove drawing and replace drawing 46. Drawing CE6126 – Remove drawing and replace drawing 47. Drawing TK0001 – Remove drawing and replace drawing 48. Drawing TK1003 – Remove drawing and replace drawing 49. Drawing TK1004 – Remove drawing and replace drawing 50. Drawing TK1013– Remove drawing and replace drawing 51. Drawing TK1022– Remove drawing and replace drawing 

Page 4: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 3 of 32  

52. Drawing TK1023– Remove drawing and replace drawing 53. Drawing TK1024– Remove drawing and replace drawing 54. Drawing TK1025– Remove drawing and replace drawing 55. Drawing TK1032– Remove drawing and replace drawing 56. Drawing TK1043– Remove drawing and replace drawing 57. Drawing TK1044– Remove drawing and replace drawing 58. Drawing TK1051– Remove drawing and replace drawing 59. Drawing TK1052– Remove drawing and replace drawing 60. Drawing AR0125– Remove drawing and replace drawing 61. Drawing AR0165– Remove drawing and replace drawing 62. Drawing AR0523– Remove drawing and replace drawing 63. Drawing AR0532– Remove drawing and replace drawing 64. Drawing AR0538– Remove drawing and replace drawing 65. Drawing AR0610– Remove drawing and replace drawing 66. Drawing MP2001– Remove drawing and replace drawing 67. Drawing MP3001– Remove drawing and replace drawing 68. Drawing MP3103– Remove drawing and replace drawing 69. Drawing MP3104– Remove drawing and replace drawing 70. Drawing MP3105– Remove drawing and replace drawing 71. Drawing MP3106– Remove drawing and replace drawing 72. Drawing EE0602– Remove drawing and replace drawing 73. Drawing EE1120– Remove drawing and replace drawing 74. Drawing EE1401– Remove drawing and replace drawing 75. Drawing OC0001– Remove drawing and replace drawing 76. Drawing OC0002– Remove drawing and replace drawing 77. Drawing OC0003– Remove drawing and replace drawing 78. Drawing OC0004– Remove drawing and replace drawing 79. Drawing OC0006– Remove drawing and replace drawing 80. Drawing OC0009– Remove drawing and replace drawing 81. Drawing OC0010– Remove drawing and replace drawing 82. Drawing OC0011– Remove drawing and replace drawing 83. Drawing OC0012– Remove drawing and replace drawing 84. Drawing OC0013– Remove drawing and replace drawing 85. Drawing OC0014– Remove drawing and replace drawing 86. Drawing OC0015– Remove drawing and replace drawing 87. Drawing OC0021– Remove drawing and replace drawing 88. Drawing OC0022– Remove drawing and replace drawing 89. Drawing OC0023– Remove drawing and replace drawing 90. Drawing OC0024– Remove drawing and replace drawing 91. Drawing OC0031– Remove drawing and replace drawing 92. Drawing OC0032– Remove drawing and replace drawing 93. Drawing OC0033– Remove drawing and replace drawing 94. Drawing OC0034– Remove drawing and replace drawing 95. Drawing OC0035– Remove drawing and replace drawing 96. Drawing OC0038– Remove drawing and replace drawing 97. Drawing OC0039– Remove drawing and replace drawing 98. Drawing OC0040– Remove drawing and replace drawing 99. Drawing OC0041– Remove drawing and replace drawing 

 

Page 5: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16

Page 4 of 32

Sealed Bid No. 16-00138-AMJP Frazer Shop & Yard Expansion Contract 2

Addendum #1 Questions and Answers 

1. What are the limits of access road base course? Drawings CE1001 through CE1004 do not provide limits of existing vs new with shading or another way to decipher.

1A. The “access road base course” from approximate STA 62+90 to STA 73+90 is constructed as part of Contract 1, and therefore is an existing condition in Contract 2. See Addendum #1 drawings.

2. Drawing CE1003 has a note for bituminous pavement base course north of the wheel truing bay but does not

provide the limits of paving. There is also a note for ballast with no limits shown. Please provide limits of these items for bidding purposes.

2A. See Addendum #1 drawings.

3. Drawing CE1003 shades two concrete pads at the Drop Table Bay, a pad at the Wheel Truing Bay and a loading dock at the existing building but no other concrete pads are shaded on the drawing. There are others included in the table on CE3070. Are we to bid only the shaded pads and the other concrete pads are to be excluded from the GC contract?

3A. All of the shaded and unshaded concrete pads shown on drawing CE1003 and/or identified by drawing CE3070 are included in the contract.

4. Drawing CE3004 calls for a 6” Base Drain and CE3052 does not. Please confirm if this is required and if so,

please provide the layout or quantity of proposed piping. 4A. The 6” Base Drain is existing and is not included in Contract 2. See Addendum #1 drawings.

5. What size is the existing RCP at Basin 2 that the proposed OS2 connects to? 5A. This is an existing 15” CMP pipe. The outlet structure (OS2) is not included in Contract 2. See Addendum #1 drawings.

6. At Basin 2 there is a note for R-03 but no rock limits are shown. There are rock limits shown for R-01 & R-

02 but no details on thickness, etc. Please clarify. 6A. The rock is an existing condition and is not included in Contract 2. See Addendum #1 drawings.

7. Landscaping is not included in Spec Section 01010 Part 1.01. Please confirm landscaping work shown on

Drawing CE6121 through CE6126 and Spec Section 2970 is not to be included in the GC contract. 7A. Landscaping is not included in Contract 2. This condition has been clarified by revised drawings in addendum #1.

8. The compost filter sock table on Drawing CE6113 does not include CS-17 that is shown on Drawing

CE6110. Are we to include this in our bid? 8A. Include CS-17 in the bid. CS-17 is an 18” compost filter sock, and is 110-feet long.

9. The Inlet Protection symbol appears on Drawing CE6108 very lightly but is not shown on inlets on other

Erosion Control Plans. For example, I-214 has Inlet Protection on Drawing CE6108 but not on Drawing CE6109. Please confirm Inlet Protection quantity for bidding purposes.

9A. 35 inlet protection features are required. However, the inlet protection features shown south of the existing maintenance facility are not required. See Addendum #1 drawings.

10. Note 4 on Drawing CE6106 refers to RCE-1 to RCE-5. RCE-4 cannot be found on the Erosion Control

drawings. Please advise. 10A. RCE-4 does not exist. See Addendum #1 drawings.

Page 6: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 5 of 32 

11. Note 9 on Drawing CE6106 refers to RB-2, RB-3 & RB-4 which cannot be found on the Erosion Control drawings. Rock Barrier Schedule on Drawing CE6118 has RB-1, RB-2 & RB-5 only. Please advise.

11A. Rock barriers R-01 and R-05 are an existing condition and are not included in Contract 2. Rock Barriers R-02, R-03, and R-04 do not exist. See Addendum #1 drawings.

12. Please provide location(s) of the erosion control mulch blanket (symbol shown in legend on CE0001) that is

to be installed. 12A. Locations for the erosion control mulch blanket is identified in Addendum #1 drawings.

13. Drawing CE6126 references a pervious pavement parking lot. Please provide limits of parking lot and detail

on pervious paving. 13A. The pervious pavement parking lot and other related features specified by drawing CE6126, are not included in Contract 2. See Addendum #1 drawings.

14. Specification 16341, Paragraph 2.03.C requires the 35kV Switchgear to be Arc-Resistant. This is not a

feature typically available in Outdoor Construction. How should we quote this item..? 14A. The arc-resistant requirements for the 35 KV switchgear has been eliminated.

15. What is the bonding requirements and can another walk thru be scheduled? 15A. A second site visit was conducted on July 19th, @ 10AM 16. Will general contractor for C2 be required to obtain and pay for building permit? 16A. Unless otherwise directed by SEPTA in writing, the Contractor shall apply for all required state and local permits and account for the permitting process and requirements in their schedule and bid price. All permit fees, if any, are to be paid for by SEPTA and not the contractor. 17. Please confirm that NPDES permit obtained by Septa and Septa's Frazer's C1 contractor will extend to the

work of the successful contractor(s) for the Frazer Shop C2 work and that the C2 will not have to obtain or pay for the NPDES permits.

17A. Confirmed 18. We request an additional walk thru of the shop and site. 18A. See Response to Question #15.

 

19. We cannot locate the following rooms on the floor plans even though they are listed on the finish schedule on drawing AR0610. Provide plan(s) showing these rooms: Rm # 109, Rm # 116, Rm #127, Rm #128, Rm #129 and Rm#220

19A. These room numbers are not included in the project. An updated finish schedule has been issued in addendum #1.

 

20. Will permits for HVAC, PLBG & Fire Protection be waived or paid for by SEPTA? 20A. See response to Question #16

21. The applicable codes and analysis section on drawing MP3001 references the 2009 IBC and the 2016 version

of NFPA 13. Please note that the 2009 IBC code is based upon the 2007 version of NFPA 13. Please confirm if we are to follow the 2016 or the 2007 version of NFPA 13?

21A. The fire suppression systems shall by designed to NFPA 13 - 2016.

Page 7: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 6 of 32 22. Please confirm if local township permits are required and if the township permit fees are to be included in our

proposals. 22A. See response to Question #16

23. Please confirm that the MC contractor's work for the underground fire service piping starts 5' outside the

pump house and the building walls. This is what is shown on drawing MP3101. 23A. Mechanical Contract documents cover service piping that extends up to 5 feet beyond the building wall. Contract interfaces shall be coordinated by the General Contractor.

24. Can you please review the piping schedule for the wet standpipes (3.14 B and C on page 21 of 15038) It says

black sch 10 with roll grooved fittings can be used for pipes 5" and larger but calls for galvanized standard weight with threaded fittings for piping 4" and less. Can we use black sch 10 with grooved couplings and fittings for all of the wet standpipe piping?

24A. Refer to the Pipe Material schedule on drawing MP3001. All threaded or cut groove systems shall use schedule 40. All fire protection piping shall be galvanized steel. Specification 15038 – Fire Suppression Standpipes, have been clarified in addendum #1.

25. Please confirm what if any of the fire sprinkler piping gets painted? if it does get painted is this work by the

MC or by the GC? 25A. Fire suppression piping shall be painted red and identified per ANSI/ASME A13.1. Paint shall be by the Mechanical Contractor.

26. Will Septa accept a fire pump manufactured by ITT/AC? (they aren't listed in 2.2A on page 4 of 15039) 26A. SEPTA will not accept an ITT/AC manufactured fire pump.

27. Per Division 16 the Overhead Contact System along with Catenary Support is all part of the Electrical

package. There are two caisson specs in the docs. Please confirm that the electrical package should include either the spec on drawing OC-0001 or spec 02367 in Division 2 of the spec and that the GC does not provide any caissons. SINCE SCOPE OF WORK ITEM N. IN SPEC 01010 CALLS FOR GC’S TO INCLUDE THE OVERHEAD CONTACT SYSTEM CAN YOU PROVIDE THE SPEC SECTIONS IN DIVIOSION 16 THAT WILL BE OUR RESPONSIBILITY ALONG WITH CLARIFYING THE CASSION SPEC ABOVE?

27A. The complete Overhead Catenary System is in the General Contract as described by Specification Section 01010 - Summary of Work.

28. Confirm the statement made at the prebid that no GC permit is required on Septa property. 28A. See response to Question #16

29. Will there be a 2nd site visit? 29A. See response to Question #15

30. Confirm that only certified DBE’s on the PAUCP list will be acceptable and must provide 30% of the work

with their own forces to get credit. Also confirm that suppliers only get 60% credit. 30A. All firms must be certified as a disadvantaged business enterprise by the Pennsylvania Unified Certification Program (PA UCP) prior to being listed on the DBE Participation Schedule. DBE firms submitting bids as primes, must perform thirty percent (30%) of the work on the contract with its own forces, and must submit a completed and signed DBE Participation Schedule, naming themselves. Only sixty percent (60%) of the dollar amount designated for a DBE supplier will be credited toward the goal. 31. Can we assume an open cut towards the new design build retaining wall in contract one north of the 25’ deep

pit under the shop addition or will sheeting and shoring be required to avoid any tie backs in the new retaining wall?

31A. The method and sequence of construction in fulfilling the contract in a safe and code compliant manner are the responsibility of the contractor.

Page 8: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 7 of 32 

32. Confirm that the current bid schedule includes contract #1 completing the building pads by Jan. 2nd so contract #2 will have the full 360 days to complete the buildings before LD’s are applied.

32A. Confirmed

33. During the prebid it was stated that we could expect the NTP between 9/4 & 10/31. Will the (425) day completion requirement be increased accordingly since we are restricted by contracted #1 pad completion date of 1/2/17 and need the 360 days to complete the buildings & balance of site.

33A. If Contract #1 completion dates affect Contract #2 SEPTA will adjust Contract #2 start dates but will not change the durations.

34. Please clarify the LD’s on the project. There is a $7400/day LD for 100% completion on page 22 of the

contract and separate milestone LD’s of $4400 /day in the Special conditions. Which will apply? If the buildings are completed by 1/1/18 and the balance of the site is not will that mean $4400 plus $7400 LD’s will apply until the full site is completed?

34A. $7,400 will be applied for Liquidated Damages. Please see revised Special Condition – “MILESTONE COMPLETION REQUIREMENTS AND LIQUIDATED DAMAGES”

35. Please clarify what subcontract value will be the cutoff for matching the limits listed in the spec of

$20Million with $2M pollution coverage which many subs cannot obtain even at a large premium increase. 35A. SEPTA does not get involved with our Contractor's subcontractor terms of insurance. Our contract and insurance requirements are with the Prime Contractor(s)

36. Confirm that the signature page of the contract does not have to be included with the bid submission but is

optional. 36A. Please refer to Instruction to Bidder’s Item #13.

37. Confirm that RFI deadline is 7/31/16 as stated in prebid. 37A. The deadline for the submission of questions was extended to 7/28/2016 

 

38. When will the new dates be established based on the current delay to permitting for Contract #1? 38A. See Response to Question #33.

39. There seems to be an issue when we try to print Drawing UT5002 (Sheet No. 83). We have tried to print

directly from your website link and from the one we have already downloaded from the website. The message we receive is that “It cannot print” and “A Drawing Error Occurred”. Can you let us know when this has been fixed?

39A. See Addendum #1 drawings.

40. Regarding DBE participation requirements, it was mentioned at the pre-bid meeting the Solicitation Statistics form must be completed by all bidders for themselves and each of their DBE and non-DBE bidders and included with bid package at time of bid. This contradicts what’s stated on pg. 6; item#19 of the instructions to bidders, which indicates “The form is to be signed by an officer legally authorized to bind the Bidder to a Contract and shall be submitted to SEPTA upon written request”. Please clarify if this form is required at time of bid?

40A. The DBE Program Office request the SEPTA Solicitation Statistics form to be submitted with your bid. It is not mandatory, however it makes it easier for the DBE Program Office to monitor this federal requirement, which states the following; 6.11 (c)- You must create and maintain a bidders list. (1) The purpose of this list is to provide you as accurate data as possible about the universe of DBE and non-DBE contractors and subcontractors who seek to work on your Federally-assisted contracts for use in helping you set your overall goals. (2) You must obtain the following information about DBE and non-DBE contractors and subcontractors who seek to work on your Federally-assisted contracts.

Page 9: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 8 of 32 

41. We have reviewed the insurance specs for the project and there are requests for the CONTRACTOR to have: a. 20 million combined single limit for general liability b. 5 million combined single limit for vehicle liability What are the requirements for SUBCONTRACTORS on this project? Are the subs required to have the same limits?

41A. See response to Question #35.  

42. What pages must be included in our bid package, besides the Bid Bond? 42A. See response to Question #36.

43. We are bidding the Mechanical contract for this project and are questioning the $2,000,000 pollution

Liability. Is this required? 43A. Yes. Please refer to Article XII.U of the contract.

44. The Specifications Table of Contents lists Section 01520 Temporary Construction. However, this section is

not included in the bid package. 44A. Section 01520 is not part of Contract 2. 45. Specification 01010 -1.04 G.3. states “The Superintendent may perform the duties of the Quality Manager in addition to their own. Specification 01400 -1.07 A. states “An individual who has no other duties shall fill the function of the QM”. Which Specification are we to base our bid on? 45A. The bid should be based on Specification Section 01010 – 1.04.G.3. Specification Section 01400-1.07 A,has been revised and the sentence “An individual who has no other duties shall fill the function of the QM,” removed.

46. Specification 01570 1.01B. states “The Contract Drawings detail the approved vehicle and pedestrian control plan required for the Work.” In addition Specification 01570 1.01C. states, “The Contract Drawings detail SEPTA approved passenger control plan required for the Work.” Please advise as to where I can find these drawing? 46A. Specification Section 01570 1.01B and 1.01Chas been revised and the non-applicable provisions removed.

47. It is our understanding, from the pre-bid meeting held on July 7, 2016, that the Contract #1 Contractor has requested a NPDES permit in order to start excavation and construct the new retaining wall. It is also our understanding that this permit will also cover Contracts #2 & #3. According to SEPTA, the original time frame to obtain the NPDES permit was 6-months. However, this deadline is approaching or has already past, delaying Contract #1 work. This delay will certainly impact Contract #2, since work cannot begin until certain elements are constructed in Contract #1. Please provide the anticipated NTP date that will be issued for this project, assuming the Project goes to the SEPTA Board in September. 47A. See response to Question #33. NTP will be within 30 days of SEPTA Board approval.

48. Are we to use the piping schedule shown on drawing MP 3001 or what is listed in the specification sections 15037 and 15038? 48 A. All fire water systems shall be galvanized steel pipe as indicated by the schedule on drawing MP 3001. Specification Section 15037 – 3.12 Piping Schedule, and Section 15038 – 3.14 Piping Schedule, has been revised and references to black steel deleted.

49. Does the piping schedule on drawing MP 3001 refer to the wet sprinkler, or the standpipes, or both? 49A. The piping schedule on drawing MP3001 refers to both the wet sprinkler and standpipe systems. All fire water systems shall be galvanized steel pipe.

 

Page 10: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 9 of 32 

50. Does the temporary 8" sprinkler service shown on drawings MP 3108 and 3107 get removed or abandoned in place? If it gets removed is it by MC or GC? 50A. The temporary 8” fire water service within the building shall be disconnected and removed along with all related supports, valves and connections, after activation of the new water service. The Mechanical Contractor shall patch and repair all openings and damage arising from demolition of the temporary line. This work shall be performed by the Mechanical Contractor.

51. Who patches the concrete floor where the temporary fire service enters the building on drawing MP 3108? 51A. The concrete work is the responsibility of the Mechanical Contractor.

52. If the temporary FDC on drawing MP 3108 gets removed, who repairs the whole in the exterior of the building where it was installed? MC or GC? 52A. The concrete work is the responsibility of the Mechanical Contractor.

53. Who repairs the concrete floor in room 110 where the underground fire services get removed? 53A. The concrete work is the responsibility of the Mechanical Contractor.

54. What size piping should be installed from the standpipe at the roof level down to each 2 1/2" pressure regulating hose valve? I would think 2 1/2". 54A. The minimum size of the drops to all fire hose valves shall be 4”.

55. If hydraulic calculations are run and smaller pipe sizes can be installed versus what is shown on the drawings, can we install the smaller piping? 55A. In conformance to Specification Section 15037, the Contractor shall retain an Engineer, licensed in Pennsylvania, to perform the hydrant flow tests, hydraulic calculations, design, and sizing of the sprinkler system. Refer to drawing MP3001 for design criteria including FM Global requirements.

56. Who excavates and supplies and installs the concrete footer and foundation for the prefabricated fire pump house? MC or GC? 56A. This work is the responsibility of the General Contractor.

57. Since the project isn’t due until August 18, I am requesting a one week extension on question submissions. 57A. The deadline for the submission of questions was extended to 7/28/2016 58. Please provide the following reports as referenced in Demolition section 02050-2: 1. SEPTA Frazer Shop & Yard Expansion Package 2A "Geotechnical Engineering Report", prepared by STV Incorporated, dated May 2016. 2. "Limited Phase II Environmental Site Investigation Report" for SEPTA Frazer Shop and Yard Expansion, Contract 2 - Repair Shop, prepared by STV Incorporated, dated April 2016. 3. "Environmental Testing - Hazardous Building Materials Survey Contract 2 - Final Report" for SEPTA Frazer Yard, prepared by STV Incorporated, dated April 20, 2016. 4. "Environmental Review Summary Report for the SEPTA Frazer Shop & Yard Expansion" prepared by STV Incorporated, dated April 2016. 58A. The referenced reports have been posted for reference only, on the SEPTA wesite.

59. Specification 02085 1.01 C. states “A Hazardous Building Material Survey Final Report, SEPTA Frazer Shop & Yard dated April 11, 2016 is provided to aid the Contractors in the bidding process”. Please advise as to where we can find this report? 59A. See response to Question #58

Page 11: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 10 of 32 60. Specifications 02090 1.01 A. states “A Hazardous Building Material Survey Final Report, SEPTA Frazer Shop & Yard dated April 25, 2016. Please advise as to where we can find this report? 60A. See response to Question #58

61. Contract Drawing # CE7000 indicates the requirement for two (2) Temporary Restroom Trailers. Please advise as to which contractor is responsible for supplying these facilities. In addition, please provide a specification for these temporary trailers. 61A. Refer to Specification Section 01500. The General Contractor shall provide the restroom trailers.

62. Specification 02130 requires the removal of an underground storage tank. Could SEPTA please provide the following information regarding this tank?: 1. What is the size of the UST (Length, width, depth and capacity?) 2. Is the UST empty or full? What type of liquid is in the tank? 3. How deep is the tank below the surface? 4. Where is the tank located? 62A. There are 3 USTs to be removed, one (1) 8,000 GAL septic/sewage holding tank, one (1) 1,000 GAL oil tank, and one (1) 550 GAL sludge tank. The size of the sewage tank is 25’-0” long and 8’-0” O.D. cylindrical (8,000 GAL tank). The size of the oil tank is 11’-3/4” long and 4’-2” in diameter, cylindrical. The size of the sludge tank is 6’-6 ¾” long and 4’-2” in diameter, cylindrical. The Contractor will need to field verify. Volume of sewage/oil/sludge will be dependent on the amount that is discharged from the building to the tanks prior to removal of the tank. Tanks shall not be removed until new tanks are installed and functional. The top of the sewage holding tank is 6’-0” below the ground surface. The depth of the oil and sludge tanks are not known. The tanks are located to the east of the existing maintenance facility, between the existing maintenance facility and the existing parking lot, and approximately 35’ – 45’ south of the edge of the access road. The location of the tanks are depicted on sheets CE0103 and UT1003.

63. DWG CC10001 has a detail of pipe joint, to install a jumper at all joints. Attached is a cross section of a vertical pipe joint showing the clamp housing having metal to metal contact. Are we sure these jumpers are required? Would it not be to have these jumpers (if required) be installed by the contractor installing the pipe. We see mixed responsibilities and integrity of the pipe issues, as well as number and location of these pipes. Please review. 63A. The pipe joints are required for electrical grounding safety throughout the facility on the fire protection piping. Victaulic couplings have been identified on previous projects to exhibit high electrical resistance and are not an acceptable replacement for the jumpers. The installation of the bonding jumpers is part of the Mechanical Contract and should be performed by the pipe installer or their specialty sub.

64. MV switchgear spec 2.03C calls for Arc resistant switchgear. Only one of the named manufacturers can meet this according to public info. I am only aware of one manufacturer that make this MV switchgear as arc resistant. Will this remain a requirement? 64A. Arc Resistant MV switchgear will not be required.

65. Will PECO approved manufacturers be accepted? Two of the listed manufacturers do not make 35 Kv ME switchgear according to published information, ABB and Siemens. 65A. Only PECO approved manufacturers will be accepted

66. Specification 08450 section 2.03 E states "Panels shall be Factory Mutual (FM) Listed 4881". The specified Manufacturer is the only translucent panel that has applied for FM 4881 approval. By listing this requirement you are creating a proprietary sole sourced specification that will prevent any legitimate competition for these units. Please advise if other translucent manufacturers that can meet IBC and all the rest of the performance requirements of this specification, (excluding FM 4881) can be considered for this scope of work. 

        66A. The panels must comply with FM global requirements.   

Page 12: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 

08/10/16 

Page 11 of 32 67. Please forward the design for the Retaining Wall that is being built as part of the Phase 1 scope Thanks. 67A. The referenced drawings will be provided to the successful General Contract bidder. 

 

68. Please forward the Phase 1 Ground Improvement Design for the Retaining Wall area.         68A. The referenced drawings will be provided to the successful General Contract bidder. 

 

69. Please provide a link to the SEPTA Frazer Phase 1 Contract Documents.         69A. The referenced drawings will be provided to the successful General Contract bidder. 

 

70. Please forward the schedule for the SEPTA Frazer Phase 1 Project. 70A. The referenced drawings will be provided to the successful General Contract bidder. 

 

71. The fire hydrants shown to be installed on Drawing UT1003 do not have a label for the pipe size coming off the 8” water service line. Detail 5 on Drawing UT5002 references the plan for the pipe size. Please confirm what size pipe is to be used. 71A. 6” pipes shall be used for the fire hydrants. 72. Drawing UT1003 shows a 4” domestic service to be installed and connected to existing. What is the size of the existing pipe? Also, this existing pipe is shown to be demolished on Drawing CE0103 approximately 40 feet west of this tie-in location. Are we to remove the 40 feet of pipe in between? 72A. The existing pipe is 4.” Yes, remove all of the additional pipe to the west of the tie-in point.

73. On Drawing UT1003, what size sanitary pipe extends from the 8,000 gal wastewater storage tank to the sanitary manhole? 73A. A 6” sanitary sewer pipe connects the sewage storage tank to the sanitary manhole.

74. The parking lot area on Drawing UT1003 differs from what is shown on CE1003 and CE3003. Is that proposed parking lot a separate contract? 74A. The parking lot depicted on UT1003 is not in the Contract 2. This work will be performed in a separate contract and should not be included as a bid item for Contract 2.

75. What are the proposed rim and invert grades of the sanitary manholes?

75A. No pipe invert elevations have been provided. The contractor is instructed to utilize a minimum slope indicated on UT1003 from the tie-in points at the building and fire pump house down to the manhole tie-in locations.

76. Reference to Specification Section 16600‐3.08‐c, bonding catenary structures to rails. Is there a detail that Septa can furnish on how they want this task to be done? 76A. A typical bonding detail between the catenary structure and rails will be provided in an addendum. 

 77. Reference to Specification Section 16600‐3.11‐b, Are there any specific times during the week that Septa will allow us to take outages on existing catenaries? Will work to replace, tie into, or modify existing catenaries be confined to weekends? 77A. See Specification Section  01010.1.08,  Work Sequence and Construction Phasing for guidelines.  Specific times and durations of outages will need to be coordinated with the Frazer Stationmaster. 

 78. Reference to Drawing OC0033, Detail FT‐2. Is this detail required on this project? I see no catenary switches on Drawings OC0004 to OC0007.Please clarify. 78A. There are no switches in Contract 2 and this detail will be removed in an addendum.    

Page 13: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 12 of 32 79. Ground plate detail on Drawing OC0033. Are there at present these ground plates on the existing catenary poles that will be reused and relocated? Is there presently a static wire run between all the existing catenary poles as indicated on Drawings OC0004 and OC0005? 79A. These ground plates are not on the existing poles.  They are to be welded to the existing poles that will support the proposed static wire.  There is an existing static wire run that starts at F‐40 and terminates at F‐30.  This is to be removed and will be replaced with the proposed static wire run shown in the contract documents.  The poles supporting Tracks 10, 11, and 12 are not in Contract 2.  They will have their own independent static wire run. 

80. The Prevailing wage issued in the job spec is for Berks Co. Frazer is in East Whitland Twp, Chester Co, Pa. Can the correct wage rate be issued? 80A. The Prevailing Wages have been changed to Chester County. See attached. 

81. The elevations on AR0216 & AR0217 indicate that the exterior walls above elev 462'-6" is the top of masonry. The cross sections on AR0321 indicate that elev 476'-6" is the top of masonry. Please clarify top of masonry elevation. 81A. Refer to drawing AR0337 for a detail through the wall.  Top of masonry is 476’‐6.”  The 2’‐0” high masonry indicated on AR0216 and AR0217 is the extent of exposed masonry on the exterior walls. 

 

82. Drawings TK1003 & TK 1004 show compromise welds of 115 RE head hardened rail to 132# RE Rail (See note #1 on TK1003).

a. Specification Section 02466 Page 2 Part 2 – Rail shall be standard grade control cooled. Which is correct? If the HH Rail is what you want, is all the 115# RE Rail to be head hardened? b. These drawings call for a number of compromise welds. Compromise welds are thermit welds. Specifications say that thermit welds are not allowed. Can they be used for comp. welds, closure welds, and welds within the turnouts?

82A. a. #115 RE head hardened rail shall only be used at the following locations: special trackwork, curves greater than 2 degrees of curvature, and at compromise welds. See Addendum # drawings. b. Thermite welds will be allowed at compromise welds, closure welds. The turnouts are bolted and will not require welds within the turnout. See Addendum # drawings.

83. Track #9 ties into the existing rail inside the building. What rail section presently is inside the building?

83A. The existing rail inside the building is 132# RE rail.

84. Drawing TK1052 shows rail in the concrete transition area as 115# RE Rail. Drawing TK1004 shows the rail as 132# RE. Which is it to be? 84A. Drawing TK1004 is correct. The rail size in the 20’ concrete apron and up to the compromise weld is 132# RE rail. The rail west of the compromise weld is 115# RE rail. At the east end of the drop table bay building, the rail east of the compromise weld will be 115# RE rail. Drawing TK1052 has been corrected to reflect the appropriate rail size in addendum #1.

85. In the drop table bay area, what are the dimensions of the plate under the rail? Do we supply the plate? (Width appears to be 12” thickness? Length?) 85A. The plate under the rail shall be ½” x 6” x 11 ½.” Refer to addendum drawing ST1502.

86. Drawing ST1502 shows “ASCE” rail not 132# RE Rail in this area (See Section E) Where is this section? Same page section D, where is this cross section taken? 86A. The reference to ASCE rail is incorrect and will be removed. Detail E is taken from ST1302 and Detail D is taken from ST1311.See Addendum #1 drawings.

Page 14: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page13 of 32 87. Drawing ST1301 embedded items supplied by the drop table manufacturer. Can we have a list of what these items are that apply to the track? 87A. Refer to Specification Section 14930 – Drop Table System, for items that should be supplied by the manufacturer. The Drop Table System is included in the General Contract for Contract 2.

88. Drawing ST1313 Section 6 – what supports the rail? Where is this section from?

88A. The rail will span across the 12” wide trench. This section is taken from drawing ST1108. 89. After reviewing the various building cross sections on the ST Drawings and comparing them to the Track Drawings, I am not sure how much of which sections of track are in each building. Can you clarify this issue in L.F. of track per section inside each of the two buildings? 89A. RE 132# rail will be used in both buildings. Reference trackwork drawing TK1004 for compromise weld locations.

90. How much track in each building is being furnished by the supplier of the equipment and what is the rail contractor expected to do at each piece of new equipment? 90A. The drop table service top provides 20 linear feet of track along Track 10. The release top of the drop table provides 20 linear feet to track along the release track. The tandem wheelset lathe system provides approximately 48’-9 ½” linear feet of track along Track 9. The exact distances shall be verified with the equipment manufacturers. One linear foot of track contains two linear feet of rails. The end of the shop rails shall be anchored as indicated on the contract drawing details and as coordinated with the equipment manufacturer.

91. Drawing ST1502 Section D shows a compressible flangeway rubber by Goodyear or equal. Can you give us the dimensions of the rubber and a specification for the rubber? Can you give us a contact at Goodyear? 91A. The rubber flangeway shall be continuous rubber filler strips as manufactured by Performance Polymers Inc. Cambridge Ontario Canada or International Track Systems, New Castle, PA USA. See Addendum #1 drawings.

92. Please provide milestone number 1 in calendar days from the Notice To Proceed (NTP) Date.

92A. See response to Question #33.

93. Is the $4400 LD associated with Milestone Number 1 and 2 in addition to $7400/ day referenced in paragraph XI-E? 93A. See response to Question #34

94. Specification 01010‐1 paragraph 1.01 H relocation of gas line, is the relocation of the gas line by the mechanical prime contractor? 94A. All utility relocations and new service lines including the gas line are by the General Contractor.  All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor. 

 95. Specification 01010‐1 paragraph 1.01 H relocation of  water, is the relocation of the water by the mechanical prime contractor? 95A. All utiltiy relocations including water are by the General Contractor.  All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor. 

     

Page 15: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 14 of 32 96. Specification 01010‐1 paragraph 1.01 H relocation of  sanitary, is the relocation of the sanitary by the mechanical prime contractor? 96A. All utiltiy relocations including sanitary are by the General Contractor.  All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor.  The fire pump is to be furnished and installed by the Mechanical Contractor.    97. Specification 01010‐1 paragraph 1.01 H relocation of  industrial waste, is the relocation of the industrial waste by the mechanical prime contractor? 97A. All utility relocations including industrial waste are by the General Contractor.  All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor. 

 98. Specification 01010‐1 paragraph 1.01 H relocation of  electric, is the relocation of the electric by the electrical prime contractor? 98A. All building electrical systems, including connections up to the service pole is by the Electrical Contractor. 

 99. Specification 01010‐1 paragraph 1.01 H relocation of  communication service utilities  is the relocation of the communication service utilities by the electrical prime contractor? 99A. All building communication services are by the Electrical Contractor.  The building communication services interface with the utility provider at the Telephone Room.   

 100.Specification 01010-1 paragraph 1.01 N. complete overhead contact system and specification 16600 OVERHEAD CONTACT SYSTEM is this by the electrical prime contractor? 100A. The entire Overhead Contact System is by the General Contractor.

 101. An idea of the conditions of the existing concrete in the areas for the floor coating to be installed. 101A. The General Contractor should field verify existing surface conditions and coordinate with floor coating manufacturer's surface preparation recommendations

102. Will 3rd party construction materials testing be needed as procured directly by the General Contractor? 102A. Yes. In addition, SEPTA will hire a separate agent to inspect the commissioning when it is completed. 103. Please provide an off-site testing locations required for mock-ups. 103A. General contractor is responsible for selection of location(s) for mock-up(s) on the Frazer site. 104. Please confirm sizes of off-site mock-ups to be provided for testing.

104A. The minimum size of the various materials that are required for the mock up(s) is documented in their respective specification sections

105. Is a 3rd party commissioning agent required for systems installed that would require coordination with the General Contractor? 105A. See response to Question #102.

106. On plan GN0010 the Equipment, Electrical, Fire Alarm and Communications plans are listed as “Not in Contract”; however, on the Equipment plans there are responsibility matrices that indicate substantial equipment is to be Contractor Furnished / Contractor Installed (CF/CI). Please confirm what is required of the General Contractor for Equipment related work. 106A. See Addendum #1 drawings. Refer to the revised New Equipment Schedule and Equipment Notes on drawing EQ0120 and the corresponding specification.

Page 16: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 

08/10/16                                                                          Page 15 of 32  

107. Please provide the anticipated occupancy of the existing building during the construction schedule. 107A. The expectation is for normal operations and occupancy to continue throughout the duration of construction. 108. Please provide the anticipated trains schedule during the construction schedule.

108A. Frazer is a maintenance facility and has no fixed schedule for trains entering and leaving the yard.

109. Is supplemental cold formed metal framing required at the connections to the existing building? None is shown on architectural nor structural plans. 109A. Cold formed framing is not requred at the connections to the existing building. An expansion joint is required between the structures to allow for movement.

110. Please provide details for the precast vault shown on ST1116 and 2/ST1301 and 4/ST1302

110A. The precast concrete manufacturer to provide final design details for precast vault. The General Contractor shall coordinate required penetrations with mechanical plumbing drawings.

111. For Equipment that is Owner Furnished and Contractor Installed (OF/CI) please provide the schedule for deliveries and anticipated assembly requirements. 111A. At present delivery dates are not known. When they have been established they will be provided to the General Contractor.

112. In specification section 11135, section 1.02. 4. C, please confirm that the Electrical Contractor (separate from General Contractor) is responsible for the power requirement. 112A. The Electrical Contractor is responsible for the all electrical connections to the Tandem Wheel Truing Machine (TWTM). The General Contractor must coordinate all aspects of the installation with the TWTM manufacturer who wil be installing the machine.

113. Please confirm that concrete and masonry are not included in the engineering services to be provided by the General Contractor for the pre-engineered steel building (Large Component Storage Building). 113A. The contract documents present preliminary foundation and cmu construction details based on assumed Pre-Engineered Metal Building (PEMB) column reactions. Foundation details to be confirmed and finalized after approval of PEMB building submittal.

 114. Is the building work and catenary work separate contracts where we could bid the building work for Frazier Yard? You guys did this for SEPTA Secane which got you more bidders including us for the building work. Let us know asap so we can start estimate if able to. If it is separate contracts, are we responsible EE series and CO series drawings? 114A. The entire Overhead Contact System is by the General Contractor.

115. CC1001 has a Victaulic joint detail. The EC is not installing any of this pipe. We assume this is a detail for whoever installs this type of pipe? 115A. The Mechanical Contractor is responsible for installing this system. Refer to Question 63.

    116. On Drawing No. TK1004, could you please clarify the station at the end of the repair shop lead track?     116A. The station at the end of the repair shop lead is STA 21+54.11.  This information can also be found in the track alignment data sheet TK1032.      117. Similarly, could you provide the station at the end of track 9?     117A. The station at the end of Track 9 is STA 15+02.39.  This information can also be found in the track alignment data sheet TK1032. 

Page 17: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 16 of 32     118. Is this project sales tax exempt? 118A. Please refer to Instruction to Bidder’s Item #5. 

 119. On page 01060‐3 in the Regulatory Requirements and Safety section of your contract specifications, you state that, “The Contractor’s employees shall wear compliant safety equipment including, but not limited to, hard hats, work shoes/boots, safety vests, safety glasses, and fully body cover clothing, including flame retardant (FR) clothing where and when required.” Will the contractor’s crew working on the associated track work in Contract 2 be required to wear full body FR clothing? 119A. The contractor’s crew working on the associated track work in Contract 2 be not be required to wear full body FR clothing. 

 120. On page 01060‐5 in the Regulatory Requirements and Safety section of your contract specifications, you state that, “All Contractor Employees prior to working in any capacity that has the potential to foul, and/or working within ten (10) feet of railroad tracks shall attend a SEPTA safety seminar on safety rules and operating procedures (SRW Course).” Is there any cost associated with this course? How often is this course administered? And approximately how long will this course take to complete? 120A. The SEPTA Roadwork Safety Protection Course is a free one day course scheduled to meet need.  SEPTA  requires 30 day notice to schedule classes. 

    121. Is the railroad contractor responsible for any flagging costs provided by SEPTA? 121A. No.  

 122. On page 02455‐3 in the Raise, Line and Surface section of your contract specifications you specifically call out a “16 tool vibrating mechanical tamper”. Is a Jackson 2400 Tamper sufficient or is a 6700 Tamper required? 122A. Provided that the Jackson 2400 Tamper is a 16 tool vibrating mechanical tamper that can perform track tamping and surfacing in accordance with the specifications, then it is acceptable. 

 123. On page 02457‐3 in the Timber ties and switch ties section of your contract specifications, you state that, “All cross ties shall be AREMA 7 inch grade ties.” Is a grade 4/5 mix of ties acceptable? What grade ties would you prefer? 123A. Not clear what is meant by "4/5 mix."  Ties shall be 7 inch grade ties as defined by AREMA, Volume 1 Section 3.1.1.3.1 Dimensions.  A mix of size 4 / 5 ties per RTA appears acceptable providing it meets definition of 7 inch grade ties per AREMA. 

 124. On page 01010‐1 in the Summary of Work section of your contract specifications, you list under your description of work for the general contract, “service Tracks 9 and 10, and associated overhead catenary system”. However starting on page 16600‐1 of your contract specifications for the electrical work, you provide information for overhead catenary system, catenary fittings and hardware, catenary support and registration assemblies, among other electric specifications. Could you please confirm that no overhead catenary work is included in the general contract and that this all falls under the electrical contract scope of work? 124A. The entire Overhead Contact System is by the General Contractor.  All 16 divisions of the specifications were issued to each prime contract, to be used as appropriate for their respective work. 

       

Page 18: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 17 of 32 125. There was discussion at the first site visit that some of the tracks would be remaining operational during the construction period. Since nothing discussed at the site visit is official, could you please clarify in writing which tracks will remain operational during the construction period and if there are any specific work windows that we must perform the track work within? 125A. All of the tracks that are beyond the "building construction zone," shown on drawing CE7000 will remain in service.  Specification Section 01010 ‐ Summary of the Work including, but not limited to, Articles 1.06 through 1.11 describes the work windows, which must be coordinated with SEPTA yard operations. 

 126. Is railroad protective liability insurance required? If so, how many trains per day will pass adjacent to the work area? 126A. Please See Special Conditions – Railroad Protective Liability Insurance. Frazer is a maintenance facility and has no fixed schedule for trains entering and leaving the yard. 

127. Please confirm that the Superintendent may perform the duties of the Quality Manager in addition to their own as stated in section 01010-para 1.04G. Paragraph 01400-1.07A appears to have a different requirement. 127A. This Section 01400 has been revised to remove the sentence “An individual who has no other duties shall fill the function of the QM.” See Addendum #1 drawings.

128. Paragraph 01010- 1.04G states: Quality Manager: The Contractor shall assign a Quality Manager for the duration of the work. The Superintendent may perform the duties of the Quality Manager in addition to their own. For a definition of the responsibilities of this position see section 01400. 128A. The question is not apparent. However by inference, refer to Question 127.

129. Paragraph 01400- 1.07A states: The Contractor shall identify an individual (QM) within its organization at the site of the Work, who shall be responsible for overall management of Contractor's Quality Assurance/ Quality Control (CQC) system. An individual who has no other duties shall fill the function of the QM. 129A. The question is not apparent. However by inference, refer to Question 127.

130. Please confirm that the GC will not be responsible for any onsite permits. 130A. See response to Question #16 131. Please provide shoring details for the excavation along track 8 adjacent to the wheel turning bay

131A. The General Contractor shall provide engineering and shoring details to conform with project requirements. Refer to drawing ST1009.

132. In at least 5 location new storm sewer is going under existing track. At those locations is there enough room to install jack and bore pits? 132A. There will be no requirement to install new storm sewers under exsiting tracks. These under track storm sewers will be an existing condition as indicated by subsequent addendum drawings

133. The drop table bay has excavation of +/- 28 feet adjacent to the newly installed retaining wall. There is no sheeting/shoring shown to hold back the newly place #57 stone backfill. Please provide shoring details. Also keep in mind tie backs will not work in this area, as the wall is backfilled with #57 clean stone. 133A. The General Contractor to provide engineering and shoring details to conform with project requirements. Refer to drawing ST1009.

134. Is the GC responsible for the installation of the concrete pad and fire pump house, adjacent to the newly constructed wall? 134A. The General Contractor is responsible for construction of the concrete pad. The Mechanical Contractor is responsible to furnish and install the fire pump and integral housing.

Page 19: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 18 of 32  135. Drawing TK1003 – Contractor is directed to remove the existing turnout and 517 lf of track.  Note 2 directs us to deliver the turnout to Septa. 

a. Please confirm if only the steel components are to be delivered to Septa or if the timber is also to be delivered.

b. There is no direction for the 517 lf of track. Is the track (steel components and ties) to be the property of Septa or the contractor?

c. Can the contractor use the existing material from the removed track to straight rail the track in the area of the removed turnout?

135A. a.  All of the steel components and timber shall be delivered to SEPTA. b. The removed track will be the property of the General Contractor. c. The Contractor shall not reuse the existing material.  New rail shall be used in the area where the turnout is being removed. 

 136. The trackwork plans do not show any information on the tracks within the repair shop or wheel truing bay.  In reviewing the architectural plans I am only finding some plan views and a couple of x‐sections that show the tracks.  Are the tracks within the buildings within the scope of this project?  If so please provide additional plans showing track limits, x‐sections and details of embedded and posted tracks? 136A. The tracks within the building are within the scope of work for this project.  The structural drawings provide sections and details of the embedded and pedestal track.  Refer to the structural drawings, including but not limited to ST1302, ST13O3, ST1304, ST1305, ST1311 and ST1502, for interior trackwork details. 

  137. Itemfy the intent of this item as calibrated wheel sets are not typically used for drop table system testing and training. We ask this item be revised to be in agreement 1.10.C. notes the manufacturer shall provide calibrated wheel sets, if required, for training and    testing. Please clari  with item 3.09.K indicating that SEPTA will provide all pertinent railroad vehicle and/or components required for acceptance testing.  137A. Calibrated wheelsets will not be required for this installation. SEPTA will provide all vehicles, trucks and wheelsets for testing as per specification section 14930 paragraph 1.06.H.3.  138. Based on our observations at the July 19th site visit, it appears that very little, if any, physical work (site work or wall construction) on Frazer Contract 1 has been completed at this time, presumably due to the fact that the NPDES permit has not yet been obtained. SEPTA orally indicated that this work will be completed by the end of calendar year 2016: however the solicitation documents for Frazer Contract 1 contemplates a 400 calendar day project duration.   Three questions: (A) Given that the NPDES permit has not yet been obtained and given that the anticipated duration of Frazer Contract 1 was 400 days, on what factual basis is SEPTA indicating that Frazer Contract 1 will be completed by the end of calendar year 2016? (B) Will SEPTA award the Frazer Contract 2 prior to the date that the NPDES permit is obtained? (C) If the completion of Frazer Contract 1 is delayed substantially beyond December 31, 2016, how will SEPTA address this delay with the Frazer Contract 2 contractor? 138A. See response to Question #33  139. Given that Frazer Contract 1 continues to be delayed as a result of the lack of the NPDES permit, we are concerned that an extensive delay to the start of contract 2 will tie up the successful bidder's bonding for an indeterminate period of time and result in delay costs.   Therefore, please consider suspending the procurement process at this time for Frazer Contract 2 until the NPDES permit is obtained and SEPTA is able to provide a more definitive start date for Frazer Contract 2. 139A. See response to Question #33 

  

Page 20: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 19 of 32  

140. Please provide any and all contract/as‐built drawings for the existing Frazer Yard facilities including the existing Maintenance Facility building which we understand was built in the mid‐1980’s. 140A. SEPTA will provide all available As‐built documentation to the successful General Construction bidder 

 141. Is there any presence of lead and/or PCB’s anywhere in the existing building or yard facility that we need to be aware of? If so, how will we be paid to mitigate same? 141A. Refer to the report titled "Environmental Testing ‐ Hazardous Building Materials Survey Contract 2 ‐ Final Report" for SEPTA Frazer Yard, prepared by STV Incorporated, dated April 20, 2016. This is a reference only document.  

 142. What happens to the existing modular building on the new approach slab at the northeast corner of the existing maintenance facility and what prime is responsible for same? 142A. The existing modular building will be removed in advance of Contract  2 construction.  The General Contractor is responsible for demolition of the approach slab. 

 143. There are several new storm drain runs that cross existing Tracks 10, 11, & 12.   They are I‐122 to I‐124, I‐126 to existing I‐128, I‐130 to existing I‐132, and existing I‐134 to I‐136.  Are these pipe runs to be jacked or open cut?  If jacked, please provide details and specifications for same.  If open cut, what track replacement detail do we use? 143A. There will be no requirement to install new storm drains under exsiting tracks.  These under track storm drains will be an existing condition as indicated by subsequent addendum drawings 

 144.In the Inlet schedule on drawing CE3061, there are 14 inlets labeled “Existing Inlet”.  On the Civil Grading and Drainage Plans some of these 14 inlets appear to be graphically shown as new and some are not.  Please clarify which of these existing inlets are to be replaced and which are not to be replaced. 144A. This inconsistency has been corrected in addendum #1. 

 145. Please refer to note #4 on Civil drawing CE3051 and note #5 on Civil drawing CE3053 regarding the need for a licensed professional during the installation of the discharge pipes and anti‐seep collars.  What is the intent of these notes and what qualifications are required? 145A. Referenced notes have been removed from addendum #1 

    146. Is there any material that AQUA Water will supply for the water line site utility work?    146A. AQUA water will not be supply any material for the new water line site utility work.  147. Will the existing water lines be shut down for connecting the new water lines? If not, who performs wet taps? 147A. Refer to Specification Section 01010 ‐ Summary of Work, including Article 1.08 ‐ Work Sequence and Construction Phasing for water service cut‐ins. 

 148. Per Section 01010, the MC is to furnish and install the Fire Pump.  Who is responsible for furnishing and installing the two 8” proposed site fire water lines to the new Fire Pump shown on drawing UT1003, GC or MC? 148A. The fire pump is to be furnished and installed by the Mechanical Contractor.   All building plumbing  and fire suppression systems, including services connections up to five (5) feet from the face of building are by the Mechanical Contractor.  All utiltiy work including the fire water lines up to the service connections are by the General Contractor. 

  

Page 21: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 20 of 32  149. Who is responsible for removing the existing overhead electrical lines shown on drawing UT1003, GC or EC? 149A. The Electrical Contractor is responsible for removing the existing overhead lines. 

    150. Who furnishes and installs the oil/water separators?  Also, please provide specifications for same. 150A. The oil/water separators are to be furnished and installed by the Mechanical Contrator.  All building plumbing systems, including service connections up to five (5) feet from the face of the building are by the Mechanical Contractor.  All utility lines including industrial waste systems are by the General Contractor.     151. Are the new sanitary sewer lines required to be televised (CCTV)? 151A. The new sanitary sewer lines do not need to be video inspected. 

 152. At the site visit on July 19th, a question was asked regarding the underground storage tank removal described in Section 02130. We were told that the UST was for the Septic system and that no petroleum products were stored on this site. Section 02130 references petroleum.  Please clarify what is in this UST and where it is located. 152A. The existing underground storage tanks are located on the east side of the existing maintenance facility as shown by drawings CE0103.  There are three tanks: one (1) 8,000 gallon sewage holding tank, one (1) 1,000 gallon oil tank, and one (1) 550 gallon sludge tank.  The oil and sludge tanks are for an existing and paritally decommissioned oil/water sepertor.  Petroleum products are not stored on the site.   

 153. Is the underground storage tank shown on drawing UT5001 new or existing?  If new, where does it go?  If existing, where is it located and what’s it in?  The details and notes on drawing UT5001 would lead one to believe that it is new yet the title block states “Existing Facility”.  Regardless, is this work to be done by the GC or MC? 153A. The underground storage tank is new and it should be installed as shown on drawing UT1003.  The new tank shall be furnished and installed by the General Contractor.   

 154. Specification 02510 3.01 F. references Concrete curbs and Drawing CE6120 has a detail of concrete curb. Please indicate where the concrete curbs are located as they don’t appear on the civil plans. 154A. There are no curbs in Contract 2.  The contract documents have been corrected in addendum #1.   

155. Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what is weight of duct collector? 155A. Estimated weight- 600 LBS

156.Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what are dimensions of duct collector?

156A. 64” wide X 48” deep X 100” tall to top of outlet to duct.

157. Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what is weight of bead blaster? 157A. Estimated weight- 500 LBS

158. Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what are dimensions of bead blaster? 158A. 53” wide X 41” deep X 78” tall

159. Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what is weight of paint hood? 159A. Estimated weight- 500 LBS

160. Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what are dimensions of paint hood? 160A. 77” wide X 63” deep X 100” tall to top of motor

Page 22: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 21 of 32 

161. Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what are weights of finishing machines? 161A. Round machine estimated weight 2500LBS, small square machine estimated weight 3000 lbs, large square machine 4000 lbs

162. Drawings EQ0024 andEQ0025 indicate existing equipment to be relocated, what are dimensions of finishing machines? 162A. Round machine - 64” round X 48” tall Control panel - 30”w X 26”d X 58”h; Small square machine - 48” wide X 56” deep X 51” tall Control panel - 22” w X 24”d X 68”h; Large square machine - 38”w X 29”d X 80”h Control panel - 38”w X 29”d X 80”h; 1- 55 gal drum of cleaning solution is stationed at each machine.

163. Drawings EQ0024 andEQ0025 indicate existing shelves and racks to be relocated, who is responsible to relocate all parts, tools and miscellaneous equipment on shelves and racks SEPTA or general prime contractor? 163A. SEPTA is responsible to remove material from the shelves at their existing locations and re-stock shelves at their temporary and permanent locations as per Specification Section 11190 paragraph 3.03.A.

164. Drawings OC0003 are conductors by electrical prime contractor? 164A. All OCS work is included in the general package, therefore it is to be done by the General Contractor 165. Drawings OC0004 and OC0005 are removal of track wires by electrical prime contractor? 165A. All OCS work is included in the general package, therefore it is to be done by the General Contractor 166. Drawings OC0004 and OC0005 are removal of structure and downguys by electrical prime contractor? 166A. All OCS work is included in the general package, therefore it is to be done by the General Contractor 167. Drawings OC0004 and OC0005 are relocation of poles by electrical prime contractor? 167A. All OCS work is included in the general package, therefore it is to be done by the General Contractor 168. Drawings OC0005 and OC0006 are wire runs by electrical prime contractor? 168A. All OCS work is included in the general package, therefore it is to be done by the General Contractor 169. Drawings OC0008 thru OC0024 are caisson foundations by electrical prime contractor? 169A. All OCS work is included in the general package, therefore it is to be done by the General Contractor 170. Drawings OC0008 thru OC0024 are pole, downguys and brackets by electrical prime contractor?

170A. All OCS work is included in the general package, therefore it is to be done by the General Contractor

171. Drawings OC 0001 thru OC 0041 by Drawings OC0008 thru OC0024 is all work shown by electrical prime contractor? 171A. All OCS work is included in the general package, therefore it is to be done by the General Contractor

172. Can the bid be extended till August 26, 2016 to facilitate DBE participation? 172A. The Bid has been extended to August 25, 2016. 173. Drawings UT0001 thru UT50002 is all sanitary work shown by Mechanical Prime Contractor? 173A. All utility relocations including sanitary are by the General Contractor. All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor.

Page 23: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

 Addendum No. 1 

08/10/16 Page 22 of 32 

174. Drawings UT0001 thru UT50002 is all water line work shown by Mechanical Prime Contractor? 174A. All utility relocations including water lines are by the General Contractor. All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor.

175. Drawings UT0001 thru UT50002 is all gas line work shown by Mechanical Prime Contractor?

175A. All utility relocations including gas lines are by the General Contractor. All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor.

176. Drawings UT0001 thru UT50002 is all industrial waste work shown by Mechanical Prime Contractor?

176A. All utility relocations including industrial waste lines are by the General Contractor. All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor.

177. Drawings UT0001 thru UT50002 is all fire line and hydrant work shown by Mechanical Prime Contractor?

177A. All utility relocations including fire lines and hydrants are by the General Contractor. All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor.

178. Drawings UT0001 thru UT50002 is removal of existing oil tank by Mechanical Prime Contractor?

178A. Removal of existing tanks is by the General Contractor 179. Drawings UT0001 thru UT50002 is all wastewater work by Mechanical Prime Contractor?

179A. All utility relocations including waste water are by the General Contractor. All building plumbing systems, including service connections up to five (5) feet from the face of building are by the Mechanical Contractor.

180.Specification 02367 calls for Crosshole Sonic Logging testing - is there a detail and specs for this testing?

180A. This testing should follow ASTM D6760-14: Standard Test Method for Integrity of Concrete Deep Foundations by Ultrasonic Crosshole Testing.

181. Specification 02367 calls for Crosshole Sonic Logging testing - How many pipes are required per caisson and which caissons are to be CSL tested?

181A. Per ASTM D6760-14 a minimum of 4 pipes shall be used per caisson and a minimum of 2 steel pole foundations shall be CSL tested.

 182. Item 1.05.R.1. for Permits and Tests states to obtain permits from the State and other authorities having jurisdiction, make application and file all drawings required for such permits, and pay all permit fees. Arrange inspections and tests required by governing authorities and by SEPTA, and pay all costs connected therein. Obtain and file with the Engineer written evidence that all of the above requirements have been met. Please provide as a clarification whether or not this requirement applies to a bidding equipment manufacturer. Additionally, advise with a listing of the Authorities who have jurisdiction over this project as well as their associated contact information so that we can ascertain the impact on this project. 

182A. See response to Question #16      

Page 24: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 23 of 32  183. Item 2.05.A states that the manufacturer shall provide data for anchor bolts including material, diameter, and length of embedment. As this requirement involves civil design work of the foundation and design work concerning the drop table itself, we ask the design related elements involving anchors be made part of the civil design of the foundation to be provided by the contractor or others. The drop table manufacturer can provide anchor location, diameter, projection and load information on the review drawings as part of the submittal requirements. With this information, the design of the anchors can be coordinated as part of the civil design of drop table pit and foundations. 

183A. The drop table manufacturer shall provide anchor bolt locations, diameter, projection and load information on the shop drawings as part of the submittal requirements. With this information, the design of the anchors shall be coordinated as part of the structural design of the drop table pit and foundations.  

184. Item 3.02.D identifies the requirement to perform a field check for clearances and interferences before fabrication and relocate material and equipment furnished as required (if approved by the Engineer) to eliminate interferences. Please clarify this requirement. Is the intent of this item for the manufacturer to conduct a field check of the as constructed site elements by construction contractor, prior to fabrication of the equipment and if modifications are required they be made to the manufacturers design and supplied components and equipment?  

184A. If the field check is performed before drop table fabrication and discrepancies are identified between the building and the shop drawing requirements, then the drop table manufacturer shall furnish material and equipment layouts that eliminate these interferences, at no additional cost to SEPTA. 

 185. Item 1.02 E.4.e. notes that a licensed surveyor in the Commonwealth of Pennsylvania, as required by the Manufacturer or his representative to measure Contractor installed specific pit interface dimensions with the Drop Table system equipment as directed by the Manufacturer or his representative to verify location, sizes, distances, squareness, etc., before concrete is placed on installed forms and at other key intervals as describing in paragraphs 1.05.F and 3.04.F. The surveyor shall develop drawings for the Manufacturer’s and Engineers review and acceptance of the dimensions measured. All construction modifications needed, based on this dimensional information provided, is the responsibility of the Contractor. Please clarify the intent of this item. Is the Manufacturer required to accept responsibility for the work performed by the Contractor based on the results of the Contractor provided survey? 185A. The drop table manufacturer is not responsible for work of the General Contractor.  The drop table manufacturer is only responsible to verify that the General Contractor has installed the interfaces to the drop table with the correct dimensions.  The General Contractor must correct all improperly, or mislocated surfaces or installed items based on the findings of the manufacturer's report to the Engineer.  

 186. Item 1.05.H.1. notes that the Drop Table manufacturer’s field service representative shall be on site, for a minimum of two days, to supervise/approve of the locations of embedded items listed in paragraph 1.02.E.1 including all embedments, pipes and conduits related to the drop table, prior to placing concrete. Please clarify the intent of this requirement. This item implies that the drop table manufacturer shall be responsible for work performed by others. If so, we ask this requirement be revised to make the contractor performing the work responsible for the work performed and to coordinate the verification of that work against the approved drawings. 

186A. The drop table manufacturer is not responsible for work of the General Contractor.  The drop table manufacturer is only responsible to verify that the General Contractor has installed the interfaces to the drop table with the correct dimensions.  The General Contractor must correct all improperly, or mislocated surfaces or installed items based on the findings of the manufacturer's report to the Engineer. 

  

Page 25: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 24 of 32 187. Item 1.07.A. note the requirement to verify the dimensions and vehicle/truck/wheel characteristics of SEPTA’s fleet of locomotives and coaches to ensure proper operations of the equipment and avoid conflicts. Will SEPTA provide to the bidding manufacturers of the drop table equipment dimensional drawings for the associated locomotives, trucks and coaches within the fleet to be serviced at the Frazer facility so a bidding manufacturer can coordinate the design of their equipment with the railcars to be serviced? 

187A. The vehicle dimensions will be provided to the successful General Contractor.  188. Item 1.07 C. states that the manufacturer shall verify all dimensions of the site that relate to the 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. Please clarify the intent of this item. This item appears to make the manufacturer responsible for work performed by the Contractor or others. We ask this item be revised to indicate the contractor responsible for performing the work verify its acceptability for use and to coordinate the results of the verification against the approved drawings. 

188A. The drop table manufacturer is not responsible for work of the General Contractor. The drop table manufacturer is only responsible to verify that the General Contractor has installed the interfaces to the drop table with the correct dimensions. The General Contractor must correct all improperly, or mislocated surfaces or installed items based on the findings of the manufacturer's report to the Engineer.

189. Item 2.02.B.12 Discusses the supply of galvanized curb angles around all edges of the surrounding concrete track pit floor that will be installed by the contractor to provide the specified gaps between the Drop Table equipment and building construction. We ask this item be modified to state the Construction Contractor shall provide the steel curb angles around all edges of the surrounding concrete shop floor as they do not directly interface with the drop table systems and it is typically the Construction Contractor who coordinates the design and supply of floor level edge curb angles which are considered part of the building itself. The Construction Contractor is responsible for the quality of the shop floor concrete placement including meeting requirements relating to the edges and can facilitate any modifications or corrections that may be required resulting from issues relating to the placement of the shop floor concrete. 

189A. The drop table manufacturer can make arrangements to have the curb angles installed by the General Contractor provided the drop table manufacturer provides the shop drawings for the layout of the curb angles. 

 190. Item 2.02 C.10 identifies the supply of galvanized curb angles around all edges of the surrounding concrete shop floor that will be installed by the Contractor to provide the specified gaps between Drop Table equipment and the shop floor. Edge angle shall be 2”X 2”X ¼”with Nelson studs spaced as required for durability. Provide detailed installation drawing in shop drawings. The requirement of this item directly relates to the civil design and construction of the facility, specifically the shop floor around the drop table pit. We ask this item be modified to state the Construction Contractor shall provide the steel curb angles around all edges of the surrounding concrete shop floor as they do not directly interface with the drop table systems and it is typically the Construction Contractor who coordinates the design and supply of floor level edge curb angles which are considered part of the building itself. The Construction Contractor is responsible for the quality of the shop floor concrete placement including meeting requirements relating to the edges and can facilitate any modifications or corrections that may be required resulting from issues relating to the placement of the shop floor concrete. 

190A. See response to Question #189.      

Page 26: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 25 of 32 191. Item 3.01.C notes the requirement to inspect pits, embeds, and utility connections and notify the Engineer if corrections are needed prior to equipment installation. Please clarify this requirement. Is it the responsibility of the Contractor or Manufacturer to perform the inspection as noted? 

191A. The drop table manufacturer shall conduct the investigation with a surveyor provided by the General Contractor. 

 192. Does this contractor have to use the existing Fire Alarm System that already  installed  in the existing shop or can the new shops have their own new Fire Alarm Components? 

192A. All the existing fire alarm devices are being demolished as indicated on demolition drawings EE1104  through EE1115.   New  fire alarms are  to be  installed as  indicated by drawings EE3120  through EE3601 

 193.  During  turnover  of  new  service  power  to  the  building  does  the  existing  building  need  to  have  a temporary backup generator? 

193A. A  temporary  backup  generator  is  required.    Refer  to  electrical  staging work  sequence  for incoming electrical  service on Drawing EE0002. 

 194.  Regarding  the  existing  shop  equipment  to  be  relocated  during  construction  which  contract  is responsible for relocating the existing devices that may need to be removed/relocated? 

194A.  The General  Contractor  is  responsible  for  relocating  existing devices  that may need  to be removed/relocated.   

 195. Will the civil work for the electrical portion of the project be covered under the General Contractors scope of work. 

195A. Civil work that will be performed by the General Contractor  is shown on the Civil Drawings CE0001 though CE70001.   Other civil work that  is  incidental to the electrical portion  is by the Electrical Contractor. 

    196. Are the duct detectors to be installed under the mechanical scope of the contract?      196A.  Duct  detectors  are  to  be  provided  by  the  Electrical  Contractor  for  installation  by  the Mechanical    Contractor.  Refer to Drawings EE0003 Fire Alarm General Note 14.     197. Have all of the permits required under phase 1 been received and put into place. 

197A. See response to Question #16  198. Paragraph ‘E’ of Spec Section XI of the contract states that there are Liquidated Damages of $7,400 per day for delays in meeting the Completion Date.  In the Special Condition section of the specifications, it states that $4,400 per calendar day Liquidated Damages will be assessed if Milestone 2 is not met.  Milestone 2 is given as the Completion Date of the contract.  Is this a conflict in the specifications or is it the intent to assess both $7,400 and $4,400 if Milestone 2 is not met as of the Completion Date. 

198A. See response to Question #34  199. In the Special Condition section of the specifications, a Milestone 1 date of January 2, 2018 is given for certain work to be completed with a Liquidated Damage assessment of $4,400 per day.  In order for SEPTA to hold the contractor to a specified milestone completion date, a hard Notice‐To‐Proceed (“NTP”) date must be also given and none has been provided by SEPTA.  Please either provide a hard NTP date or change this section to a fixed number of calendar days after the NTP date. 

199A. See response to Question #33  

Page 27: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

  Addendum No. 1 08/10/16 

Page 26 of 32 200. Given the complexity and scope of this project, the 425 calendar days (~14 months) specified contract time in unrealistic.  Please consider revising the contract time to 730 calendar days (24 months) otherwise the contractor will need to include the high cost of acceleration, double shifting, etc. as a result.  

200A. See response to Question #33  201. Upon review of the Contract 1 Bid Documents and the site walkthrough on July 19, 2016, it appears that additional clearing and site work still needs to occur at Basins #1 and #2. Will all of this work be completed by the Contract 1 Contractor? The uncompleted work appears on but is not limited to Contract 1 drawings CE3002, CE3004, CE3101 and CE3102. 

201A. Contract 2 does not include any stormwater basin work.  202. Is the General Contractor responsibility for procuring and installing the underfloor wheel lathe?

202A. The procurement and installation of the tandem underfloor wheelset lathe system is not included in Contract 2. Specification Section 11135 paragraph 1.01.C states “The supply and installation of the TWTM is not in this contract, but the work of Contract 2 includes the items indicated in this specification to be provided by the “Contractor.” All other work is for reference only.” The “New Equipment Schedule” table on drawing EQ0120 indicates that item WT-04 Tandem Underfloor Wheelset Lathe, is owner furnished and installed by the manufacturer. The Contractor for Contract 2 must provide for, and coordinate certain installation aspects of the TWTM as detailed in Specification Section 11135 paragraphs 1.02.F.3 & 4.

 203. Please confirm that all temporary heating work, including utility connection and usage fees, outlined in paragraph 01500-1.05E and as required by the contract drawings is the obligation of the Prime Mechanical Contractor.

203A. Referenced requirement is the responsibility of the Mechanical Contractor.  

204. Provide basis of design and specification for Epoxy Floor EP-1 that is listed in the room finish schedule. 204A. The basis of design is Environmental Coatings. Refer to specification Section 09960 – High Performance Coatings.

 205. Reference to Specification Section 16600‐3.08‐c, bonding catenary structures to rails. Is there a detail that Septa can furnish on how they want this task to be done? 

205A. A bonding detail between the catenary structures & rails will be provided in a subsequent addendum. 

 206. Reference to Specification Section 16600‐3.11‐b, Are there any specific times during the week that Septa will allow us to take outages on existing catenaries? Will work to replace, tie into, or modify existing catenaries be confined to weekends? 

206A. Specification Section 01010 ‐ Summary of the Work including, but not limited to, Articles 1.06 through 1.11 identifies the permissible work windows, which must be coordinated with SEPTA yard operations. 

 207. Reference to Drawing OC0033, Detail FT‐2. Is this detail required on this project? I see no catenary switches on Drawings OC0004 to OC0007.Please clarify. 

207A. Switches are not used in this contract.  This assembly will be removed as part of a subsequent addendum. 

 208. RE: Drwng MP1112, note #10: Please provide existing evaporator unit model number and cooling tonnage. 

208A. Information for the indicated unit is not currently available.  The bid shall be based on Daikin Model FHQ with a cooling capacity of 2 tons.   

Page 28: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 27 of 32    209. RE: Drwng MP116: Please provide refrigerant piping on roof support detail. 

209A. The refrigerant piping support detail is located on MP1504.  Refer to detail #4.  210. RE: Drwng MP1502: Please clarify which contractor is responsible for roof curb flashing GC or MC:  Details #1 &2 calls for roof flashing and detail #5 designates base flashing be provided under other division of work. 

210A. The General Contractor is responsible for the roof curb flashing.  211. Please clarify which contractor GC or MC is responsible for installation of RTU’s & HV’s roof curbs on existing roof (cut the roof and set the curbs)? 

211A. The Mechanical Contractor is responsible for installation of the mechanical units, including cutting the roof and setting the curbs 

  212. Are we responsible for local permits?

212A. See reponse to Question #16 213. Ground plate detail on Drawing OC0033. Are there at present these ground plates on the existing catenary poles that will be reused and relocated? Is there presently a static wire run between all the existing catenary poles as indicated on Drawings OC0004 and OC0005? 

213A. These ground plates are not on the existing poles and will have to be welded to any relocated poles that support the proposed static wire in Contract 2.  There is currently a static wire run from existing structure F‐40 to F‐30 which will need to be removed.  There will be a static wire run protecting Tracks 10, 11, and 12 which will be installed by others as part of a separate contract.  The location of this static wire for Tracks 10, 11, and 12 must be field verified by the Contractor prior to the start of construction for Contract 2. 

 214. We are looking to provide equipment pricing to some of the CG’s on this project, specifically for the Shim Carriage Equipment, item: 14095. The specification is written around a typical split rail system which is used for changing wheelsets on rail vehicles. In fact, in section 3.04 of the specification, we think it mistakenly refers to the changing of a wheelset with this system: “The test shall include demonstration of a wheelset change using the SEPTA’s coach (or agreed-upon substitute) and removal of the wheelset from the transverse pit. The Contractor shall provide all material, (including blocking and/or stands), and manpower required for the program except for the Owner’s rolling stock. During test, verify the proper operation of all safety and annunciator devices.” In order to full understand the lifting requirements of the traversing lift table, in section 2.02B.1. it is specifically asking for the lift table to: “Lift a pair of inside bearing truck equalizing bars on a single truck such that the passenger coach truck equalizing bar support bearing is separated from the wheelset bearing, so that a shims can be placed between the equalizing bar support and the wheelset bearings on both axles on a truck.” And in section 2.03 A: it states what the same lift table (trolley) has: “Frame on flanged wheels that lifts and lowers coach truck equalizer bars on both sides of a single inboard bearing truck to allow replacement of shims on wheelset bearings.”Can you supply us with drawings of the vehicle’s trucks, highlighting these equalizer bars, ie- their size and locations and how much distance and force is required from the traversing lift table, to accomplish what is being requested?

214A. Specification section 14095 paragraph 3.04.E first sentence will be revised as an addendum to read, “The test shall include demonstration of shims being added to a truck using the SEPTA’s coach.” Drawings of the vehicle trucks shall be provided, after contract award, to the successful bidder. The lifting force required is 84,000 pounds as indicated in specification Section 14095 Paragraph 2.03.E.

     

Page 29: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

  Addendum No. 1 08/10/16 

Page 28 of 32  215. RE: SECTION 13120 - STEEL BUILDING SYSTEMS

Paragraph 1.04 G Exterior Wall System: Manufacturer's standard field-assembled, insulated metal wall panels, however, details on dwg AR0546 do not show wall insulation 1. What manufacturer is the basis of design for Section 13120? 2. The ATAS Metafor-MFP120 Wall Panel specified on pg 13120-4 is not an insulated panel. 3. Is wall insulation required for the Steel Building and if so provide insulation specification and details. 4. Is roof insulation required for the Steel Building and if so provide insulation specification and details. 215A. The ATAS Metafor-MFP120 Wall Panel indicated on specification page 13120-4 is the basis of design. Specification Section 13120, Paragraph 1.04G has been updated to delete the insulated wall panel requirement as part of addendum #1. Wall insulation is not required for the steel building. Roof Insulation is not required for the steel building

216. Drawing CE7000 shows two (2) Temporary Restroom Trailers. If these trailers are to be provided by a Contractor, please indicate which prime is to furnish the trailers, and which prime(s) are responsible for utility hook ups, usage costs, maintenance, etc. Provide duration and whether or not trailers are to become Septa's property at conclusion of project. Provide trailer size and specifications and utility connection points. 216A. The General Contractor shall be responsible for furnishing the trailers including utility hook ups, usage costs, and maintenance throughout the duration of construction. Trailers shall be sized to accommodate four (4) toilet compartments, including one (1) accessible stall and three (3) accessible sinks. Trailers shall be removed from the site by the General Contractor upon completion of the project.

217. Specification 01380 –Construction Photographs- how may views are required?

217A. The number of photographs is whatever is required to document active operations on the construction site.

218. Specification 01380 –Construction Photographs- are photos required monthly?

218A. Yes.

219. Specification 01400-3 paragraph 1.04 A. Septa reserves right to require mock-ups, what mock-ups are required?

219A. The mock ups required are documented in the specification and relate to the architectural systems.

220. Specification 01400-3 paragraph 1.04 A. Septa reserves right to require mock-ups, what are dimensions of mock-ups?

220A. The minimum size of the various materials that are required for the mock up(s) is documented in their related specification sections.

221. Specification 01500-2 paragraph 1.05 B. will the mechanical prime contractor provide sanitary facilities?

221A. The General Contractor will provide all of the temporary facilities including the sanitary facilities.

222. Specification 01500-2 paragraph 1.05 C. will the electrical prime contractor provide temporary power and lighting?

222A. The General Contractor will provide temporary power and lighting.

223. Specification 01500-2 paragraph 1.05 D. will the electrical prime contractor provide temporary telephones? 223A. The General Contractor will provide temporary telephones.

224. Specification 01500-2 paragraph 1.05 E. will the mechanical prime contractor provide heating?

224A. The General Contractor will provide all of the temporary facilities including heating.

Page 30: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 29 of 32  225. Specification 01500-7 paragraph 1.12 C.1. will the electrical prime contractor provide exterior lighting?

225A. The General Contractor is responsible to provide exterior lighting for security. 226. Specification 01500-7 paragraph 1.12 C.2. will the general prime contractor provide chain link fence?

226A. The General Contractor is responsible for all security fencing.

227. Specification 01590-1 what prime contractor provides SEPTA field office? 227A. The General Contractor provides the SEPTA field office.

228. Specification 01590-1 paragraph 2. what prime contractor provides products?

228A. The General Contractor provides the Products. 229. Specification 01590-1 paragraph 2. what products are required?

229A. The General Contractor shall provide the Standard Equipment. 230. Specification 01590-1 paragraph 2. what quantity of products are required?

230A. (1) Answering Machine, (2) Armchairs, (2) Bookcases, (12) Chairs, (1) Coat Rack, (1) Coffee Maker, (1) Copying Machine, (4) Desks, (4) Desk Lamps, (2) Drafting Table Stools, (2) Drafting Tables/Supplies, (1) Fax Machine, (1) File Cabinets (fire resistant and lockable), (2) Fire Extinguishers, (2) First Aid Kit, (4) Folding Chairs, (2) Folding Office Table, (6 of each) General Office Supplies (i.e. staplers, pencils), (2) HVAC (Air Conditioner), (1) Microwave, (4) Office Lighting, (1) Plan storage rack, (1) Refrigerator (Small), (1) Sanitary Facilities, (4) Storage Cabinets, (4) Telephones, (1) Thermometer (outdoor or ambient), (4) Wastepaper Basket, (1) Water Cooler with appurtenances, (2) Work Tables, (1) Wall Clock, (1) Wall Board (Blackboard/s).

231. Specification 01590-3 paragraph 3.01 H. will the mechanical prime contractor provide water to SEPTA trailer?

231A. The General Contractor will provide the SEPTA Field Office including water, sewer, and electric utility service.

232. Specification 01590-3 paragraph 3.01 H. will the mechanical prime contractor provide sanitary to SEPTA trailer?

232A. The General Contractor will provide the SEPTA Field Office including sanitary service. 233. Specification 01590-3 paragraph 3.01 H. will the electrical prime contractor provide electrical service to SEPTA trailer?

233A. The General Contractor will provide electrical service to the SEPTA Field Office.

234. Specification 01590-3 paragraph 3.01 I. will the electrical prime contractor provide telephone service to SEPTA trailer?

234A. The General Contractor will provide telephone service to the SEPTA Filed Office.

235. Specification 01045-2 paragraph 1.04 B. provide a plan for the testing and inspection of all modified structural components, plan shall be stamped by a structural engineer, at what locations on the project is this required?

235A. This would include any modifications to the new or existing building elements required to complete the scope of work outlined in the contract documents. This includes but is not limited to the underpinning and shoring of existing building framing and foundations. This may also include any modifications made to the new structural elements that may or may not be identified on the drawings but are required for construction of the new drop table building, wheel truing building, large component storage building or new structures inside the existing buildings.

Page 31: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 30 of 32  236. Specification 01045-2 paragraph 1.05 A. structural elements shall not be cut or patched in a manner which reduce the load carrying capacity or load deflection ration, all processes which affect structural members must be sealed by licensed engineer, (the design firm (STV) should note any locations as required for their design) what locations have this requirement?

236A. This would include any modifications to the new or existing building elements required to complete the scope of work outlined in the contract documents. This includes but is not limited to the underpinning and shoring of existing building framing and foundations. This also includes any modifications made to the new structural elements that may or may not be identified on the drawings but are required for construction of the new drop table building, wheel truing building, large component storage building or new structures inside the existing buildings.

237. Drawing AR000 note if it is determined that the walls being removed are bearing the contractor is responsible to provide temporary support, which walls are bearing walls?

237A. Requirements for temporary support are indicated within the structural drawings. 238. Drawing AR0610 lists rooms 127 and 128, what drawing has plan view of these rooms?

238A. Rooms 127 and 128 will be removed from this schedule, which will be revised by a subsequent addendum.

239. Please confirm that the wage rates in the project specifications are correct. The county is listed as Berks County. Is this correct?

239A. The Prevailing Wages have been changed to Chester County. See attached. 240. Vanalt respectfully request a three week extension to the current bid date of 8/18/2016.

240A. The bid date has been extended one week to August 25th, 2016  241. On plan AR0125 there is a service counter and window with OH door indicated on Column Line 2.9 with references to section 8/AR0542 and detail 7/AR0542. Please provide door tag# and update door schedule if this opening is to be included in the work.

241A. This opening is to be included in the work.  Details 8/AR0542 and 7/AR0542 provide the typical jamb, head and sill details.  AR0125 has been updated to indicate the door width in addendum #1. 

242. Are the 3 Prime contractors responsible for the cost of Permits? And what permits will be required?

242. Unless otherwise directed by SEPTA in writing, the Contractor shall apply for all required state and local permits and account for the permitting process and requirements in their schedule and bid price. All permit fees, if any, are to be paid for by SEPTA and not the contractor.

243. Will the designer furnish sufficient sets of signed and sealed drawings for permit applications, if permits are required ?

243A. Yes 244. There was a lot of discussion at the site visit concerning the status of the Phase 1 Contract and when that contract would begin and complete.  Since the Phase 2 contract depends on the completion of the Phase 1 contract,  When is the anticipated start of the work for Phase 2?  Also, is there a fixed completion date and will the Phase 2 contractor be forced to complete by a certain date even with a late completion of the Phase 1 contract?  

244A. See answer to question #33     

Page 32: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 31 of 32  245. Drawing EE0602 Single Line Diagram: Panel “WP5” & Transformer “T15”  Please provide a Location for these two Items.

245A. The location of these items will be provided by revised drawing EE1120, which will be issues as part of this addendum.    246. Drawing EE3124 “1st Floor E / Fire Alarm”: Key Note #3 Elevator Modifications.  Please provide the Elevator Manufacturers Name.

246A. The elevator was manufactured by OTIS Co. 247. Drawing CC1001 “Corrosion Control” Details “A & B”. Is the Work on shown on these Details part of the Fire Protection Contract? 

247A. Corrosion Control work is to be performed by the Electrical Contractor. 248. Drawing EE0602: There is a run of MV Cable shown as: 3‐#1/0 AL 35Kv. This indicates Aluminum Conductors. However, Specification 16124 §2.2c calls for MV Cable to be Copper Construction. Should the MV Cable be bid as Aluminum or Copper Conductors? 

248A. The MV cable should be bid as copper conductors. Refer to revised drawing EE0602 that will be issued as a subsequent Addendum. 

 249. We have attached a substitution request for the non-penetrating roof edge guard rail at Frazer Shop And Yard Expansion - Contract 2. Our system, the SafetyRail2000 Architectural series, is an equal guardrail to the listed free standing fall protection system in division 07720. Please review the substitution request upon your convenience, and let us know if you have any questions.

249A. Substitutions will be considered after contract award.  250. Re: Subcontractor Quality Manager (QM): SOW #1010 §1.04.G.3: “The Superintendent may perform the duties of the Quality Manager in addition to their own.” Quality Requirements #01400 PART 1. §1.07.A: “An individual who has no other duties shall fill the function of the QM.” Can the Superintendent also be the QM per the SOW? 

250A. This Section 01400 will be revised to remove the sentence “An individual who has no other duties shall fill the function of the QM.”  This revision has been issued in addendum #1. 

    251. Re: Plumbing Piping Insulation: PART 3 3.12.C. Piping Concealed #1. NONE   For Concealed Piping Indoors, if option #1 is chosen, no Jacket is required. Is this Correct? 

251A. All plumbing piping shall have jacketing, either field applied or factory applied. All insulation and jacketing joints shall be sealed to maintain vapor barrier.  No additional jacketing on piping is required if not specifically indicated.  Specification Section 15082 will be revised to clarify the installation of jacketing, as part of a subsequent addendum. 

 252. Re: Ductwork Insulation #15885 PART 3 3.07.C.1c “Exhaust duct from motorized spill damper to spill louver, as applicable.” Please identify which Damper / Louvers are to be considered “Spill” type as none are identified on the drawings. 

252A. The term “spill” will be removed to clarify applicability to all exhaust ductwork between dampers and louvers.  The specification will be revised as an addendum. 

     

Page 33: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Addendum No. 1 08/10/16 

Page 32 of 32 253. Drawing AR0603 contains a “Louver Schedule”. Which Contract is responsible for supply & Install of Exterior Louvers shown on this schedule? Additionally, it appears as though Exterior Louvers to be removed and the closure of the openings are by the General Contractor. Is this Correct? 

253A. The General Contractor shall be responsible for the louvers indicated on sheet AR0603, removal of the exterior louvers and closure of openings.    

  254. Specification 02085 Asbestos Removal is there any asbestos abatement required for this project?

254A. Asbestos abatement of the exterior base flashing is required.

255. Specification 02085-1 paragraph 1.01 C. a hazardous building material survey final report is provided, can this report be issued to determine the estimate quantities to be bid?

255A. A hazardous building material survey final report was prepared and has been made available to the bidders as “reference only”.

256. Specification 02090 Lead Containing Paint is there any lead abatement required for this project?

256A. Lead-containing paint includes green paint on metal beams, green paint on metal doors, grey paint on metal panel walls, yellow paint on metal poles, and green paint on metal handrails. Full abatement is not required, however, worker protection for LCP removal should be designed for as-needed spot abatement of LCP. Any work that affects LCP should be performed in accordance with Occupational Safety and Health Administration (OSHA) Lead in Construction Standard 29 CFR 1926.62.

257. Specification 02090-11 paragraph 1.01 A. a hazardous building material survey final report, can this report be issued? 257A. See Response to Question #255.

 258. Foreman's Toilet Rm 127 and Foreman's Toilet Rm 129 are listed on Room Finish Schedule however we cannot locate them on plans. Provide direction.

258A. These rooms have been removed from the finish schedule, which is revised as part of addendum #1.

259. Please verify the elevation of the final grade that will be left in place by the Contract 1 Contractor, in the vicinity of the Large Component Storage Building and the north side of the existing roadway at the Drop Table Bay. 

259A. The elevation of the final grade in the area of the Large Component Storage Building will be 460.0.  The elevation of the final grade on the north side of the Drop Table Bay will be 465.0. 

Page 34: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

State Construction Contract (Rebuilding) 0516 84

SPECIAL CONDITION

FRAZER SHOP & YARD EXPANSION - CONTRACT 2 MILESTONE COMPLETION REQUIREMENTS AND LIQUIDATED DAMAGES

1. Milestone Number 1 – Wheel Truing Bay; Drop Table Bay; Track Leads. a. No later than January 2, 2018, the contractor must complete: the Wheel Truing Bay must be

100% complete; the Drop Table Bay must be 100% complete; and the Track Leads must be 100% completed. See Special Conditions of the Agreement for Liquidated Damages associated with this Milestone.

For each day after the January 2, 2018 in which Milestone #1 is not met, Liquidated Damages in the amount of $7,400 shall be assessed against funds due or to become due to the contractor.

2. Milestone Number 2 – Cold Storage Building; Access Road; and other site work. a. No later than the close out of the contract date, the contractor must complete: the Cold

Storage Building must be 100% complete; the Access Road must be 100% complete; and all other site work must be 100% completed. See Special Conditions of the Agreement for Liquidated Damages associated with this Milestone.

For each day after the completion date of this contract in which Milestone #2 is not met, Liquidated Damages in the amount of $7,400 shall be assessed against funds due or to become due to the contractor.

Page 35: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Project Name: Frazer Shop & yard Expansion - Contract 2

Awarding Agency: SEPTA

Contract Award Date: 10/1/2016

Serial Number: 16-05035

Project Classification: Building/Highway

Determination Date: 8/4/2016

Assigned Field Office: Philadelphia

Field Office Phone Number: (215)560-1858

Toll Free Phone Number:

Project County: Chester County

BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES

Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 8/4/2016 Page 1 of 5

Page 36: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Project: 16-05035 - Building EffectiveDate

ExpirationDate

Hourly Rate FringeBenefits

Total

Asbestos & Insulation Workers 5/1/2016 $46.25 $32.89 $79.14

Boilermaker (Commercial, Institutional, and MinorRepair Work)

3/1/2015 $26.52 $18.22 $44.74

Boilermakers 1/1/2016 $42.26 $33.36 $75.62

Bricklayer 5/1/2018 $43.73 $26.78 $70.51

Bricklayer 5/1/2019 $46.48 $26.78 $73.26

Bricklayer 5/1/2016 $38.48 $26.78 $65.26

Bricklayer 5/1/2017 $40.98 $26.78 $67.76

Carpenter - Chief of Party (Surveying & Layout) 5/1/2016 $44.56 $26.54 $71.10

Carpenter - Chief of Party (Surveying & Layout) 5/1/2017 $46.11 $26.54 $72.65

Carpenter - Instrument Person (Surveying & Layout) 5/1/2017 $40.10 $26.54 $66.64

Carpenter - Instrument Person (Surveying & Layout) 5/1/2016 $38.75 $26.54 $65.29

Carpenter - Rodman (Surveying & Layout) 5/1/2017 $20.05 $19.26 $39.31

Carpenter - Rodman (Surveying & Layout) 5/1/2016 $19.38 $19.26 $38.64

Carpenters 5/1/2017 $40.85 $25.79 $66.64

Carpenters 5/1/2016 $39.50 $25.79 $65.29

Cement Masons 5/1/2016 $35.15 $31.21 $66.36

DockBuilder/Pile Drivers Divers (Building Heavy &Highway)

5/1/2016 $43.45 $31.82 $75.27

Drywall Finisher 5/1/2016 $36.48 $26.38 $62.86

Electric Lineman 5/30/2016 $54.56 $22.61 $77.17

Electricians 5/30/2016 $42.67 $26.61 $69.28

Elevator Constructor 1/1/2016 $52.79 $30.29 $83.08

Elevator Tender (Use Elevator Apprentice orConstructor)

1/1/2006 $0.00 $0.00 $0.00

Floor Layer 5/1/2015 $41.21 $26.41 $67.62

Floor Layer 5/1/2014 $40.21 $26.11 $66.32

Glazier 5/1/2016 $41.28 $29.92 $71.20

Glazier 5/1/2017 $42.18 $30.92 $73.10

Iron Workers 7/1/2016 $45.70 $30.76 $76.46

Iron Workers - Reinforcing Steel Mesh - Rebar 1/1/2017 $41.51 $29.00 $70.51

Iron Workers - Reinforcing Steel Mesh - Rebar 7/1/2016 $42.01 $28.50 $70.51

Iron Workers - Reinforcing Steel Mesh - Rebar 7/1/2015 $41.91 $20.25 $62.16

Iron Workers - Reinforcing Steel Mesh - Rebar 7/1/2016 $42.01 $28.50 $70.51

Iron Workers (Riggers) 1/1/2017 $38.78 $27.62 $66.40

Iron Workers (Riggers) 7/1/2015 $38.69 $20.25 $58.94

Iron Workers (Riggers) 7/1/2016 $39.28 $27.12 $66.40

Laborers (Class 01 - See notes) 5/1/2016 $27.60 $24.95 $52.55

Laborers (Class 02 - See notes) 5/1/2016 $29.30 $25.35 $54.65

Laborers (Class 03 - See notes) 5/1/2016 $27.87 $24.95 $52.82

Laborers (Class 04 - See notes) 5/1/2015 $26.97 $24.85 $51.82

Laborers (Class 05 - See notes) 5/1/2015 $26.90 $24.85 $51.75

Landscape Laborer 5/1/2016 $21.61 $22.83 $44.44

Landscape Laborer 5/1/2015 $20.71 $22.48 $43.19

Marble Finisher 5/1/2019 $39.75 $24.17 $63.92

BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES

Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 8/4/2016 Page 2 of 5

Page 37: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Project: 16-05035 - Building EffectiveDate

ExpirationDate

Hourly Rate FringeBenefits

Total

Marble Finisher 5/1/2018 $37.55 $24.17 $61.72

Marble Finisher 5/1/2017 $35.55 $24.17 $59.72

Marble Finisher 5/1/2016 $33.55 $24.17 $57.72

Marble Mason 5/1/2018 $43.11 $26.99 $70.10

Marble Mason 5/1/2019 $45.86 $26.99 $72.85

Marble Mason 5/1/2016 $37.86 $26.99 $64.85

Marble Mason 5/1/2017 $40.36 $26.99 $67.35

Millwright 7/1/2016 $39.91 $31.19 $71.10

Operators Class 01 - See Notes (Building, Heavy,Highway)

5/1/2016 $44.09 $27.07 $71.16

Operators Class 01a - See Notes (Building, Heavy,Highway)

5/1/2016 $47.10 $27.95 $75.05

Operators Class 02 - See Notes (Building, Heavy,Highway)

5/1/2016 $43.84 $27.00 $70.84

Operators Class 02a - See Notes (Building, Heavy,Highway)

5/1/2016 $46.84 $27.89 $74.73

Operators Class 03 - See Notes (Building, Heavy,Highway)

5/1/2016 $39.76 $25.79 $65.55

Operators Class 04 - See Notes (Building, Heavy,Highway)

5/1/2016 $39.46 $25.70 $65.16

Operators Class 05 - See Notes (Building, Heavy,Highway)

5/1/2016 $37.74 $25.19 $62.93

Operators Class 06 - See Notes (Building, Heavy,Highway)

5/1/2016 $36.75 $24.90 $61.65

Operators Class 07 (A) - See Notes (Building, Heavy,Highway)

5/1/2016 $52.91 $31.45 $84.36

Operators Class 07 (B) - See Notes (Building, Heavy,Highway)

5/1/2016 $52.61 $31.37 $83.98

Painters Class 1 (see notes) 5/1/2016 $36.80 $25.48 $62.28

Painters Class 2 (see notes) 2/1/2016 $52.10 $25.48 $77.58

Painters Class 3 (see notes) 5/1/2016 $37.18 $25.48 $62.66

Painters Class 3 (see notes) 5/1/2015 $36.41 $24.50 $60.91

Plumbers 5/1/2016 $49.23 $31.76 $80.99

Pointers, Caulkers, Cleaners 5/1/2019 $47.76 $25.69 $73.45

Pointers, Caulkers, Cleaners 5/1/2016 $39.76 $25.69 $65.45

Pointers, Caulkers, Cleaners 5/1/2017 $42.26 $25.69 $67.95

Pointers, Caulkers, Cleaners 5/1/2018 $45.01 $25.69 $70.70

Roofers (Composition) 5/1/2016 $35.15 $29.19 $64.34

Roofers (Shingle, Slate, Tile) 5/1/2016 $25.70 $19.17 $44.87

Sheet Metal Workers 11/1/2016 $45.32 $37.36 $82.68

Sheet Metal Workers (Building, Heavy, Highway) 5/1/2016 $45.32 $36.86 $82.18

Sign Makers and Hangars 5/20/2011 $23.70 $17.69 $41.39

Sprinklerfitters 4/1/2016 $36.05 $21.02 $57.07

Sprinklerfitters 4/1/2017 $37.40 $21.74 $59.14

Sprinklerfitters 4/1/2018 $38.80 $22.74 $61.54

Steamfitters 5/1/2016 $52.83 $31.49 $84.32

Stone Masons 5/1/2017 $40.36 $26.99 $67.35

Stone Masons 5/1/2018 $43.11 $26.99 $70.10

BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES

Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 8/4/2016 Page 3 of 5

Page 38: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Project: 16-05035 - Building EffectiveDate

ExpirationDate

Hourly Rate FringeBenefits

Total

Stone Masons 5/1/2019 $45.86 $26.99 $72.85

Stone Masons 5/1/2016 $37.86 $26.99 $64.85

Stone Masons 5/1/2014 $38.30 $22.90 $61.20

Stone Masons 5/1/2015 $39.95 $22.90 $62.85

Terrazzo Finisher 5/1/2019 $43.61 $22.73 $66.34

Terrazzo Finisher 5/1/2017 $39.06 $22.73 $61.79

Terrazzo Finisher 5/1/2018 $41.31 $22.73 $64.04

Terrazzo Finisher 5/1/2016 $37.06 $22.73 $59.79

Terrazzo Grinder 5/1/2016 $37.33 $22.73 $60.06

Terrazzo Grinder 5/1/2017 $39.33 $22.73 $62.06

Terrazzo Grinder 5/1/2019 $43.88 $22.73 $66.61

Terrazzo Grinder 5/1/2018 $41.58 $22.73 $64.31

Terrazzo Mechanics 5/1/2018 $46.46 $24.81 $71.27

Terrazzo Mechanics 5/1/2019 $49.21 $24.81 $74.02

Terrazzo Mechanics 5/1/2016 $41.21 $24.81 $66.02

Terrazzo Mechanics 5/1/2017 $43.71 $24.81 $68.52

Tile Finisher 5/1/2018 $37.55 $24.17 $61.72

Tile Finisher 5/1/2019 $39.75 $24.17 $63.92

Tile Finisher 5/1/2016 $33.55 $24.17 $57.72

Tile Finisher 5/1/2017 $35.55 $24.17 $59.72

Tile Layers 5/1/2015 $41.90 $22.08 $63.98

Tile Setter 5/1/2018 $46.46 $24.81 $71.27

Tile Setter 5/1/2019 $49.21 $24.81 $74.02

Tile Setter 5/1/2016 $41.21 $24.81 $66.02

Tile Setter 5/1/2017 $43.71 $24.81 $68.52

Truckdriver class 1(see notes) 5/1/2016 $29.85 $17.14 $46.99

Truckdriver class 2 (see notes) 5/1/2016 $29.95 $17.14 $47.09

Truckdriver class 3 (see notes) 5/1/2016 $30.20 $17.14 $47.34

BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES

Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 8/4/2016 Page 4 of 5

Page 39: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Project: 16-05035 - Heavy/Highway EffectiveDate

ExpirationDate

Hourly Rate FringeBenefits

Total

Carpenter - Chief of Party (Surveying & Layout) 5/1/2016 $51.92 $26.64 $78.56

Carpenter - Chief of Party (Surveying & Layout) 5/1/2015 $49.23 $25.89 $75.12

Carpenter - Instrument Person (Surveying & Layout) 5/1/2015 $42.81 $25.89 $68.70

Carpenter - Instrument Person (Surveying & Layout) 5/1/2016 $43.66 $26.64 $70.30

Carpenter - Rodman (Surveying & Layout) 5/1/2016 $36.38 $21.06 $57.44

Carpenter - Rodman (Surveying & Layout) 5/1/2015 $34.25 $20.31 $54.56

Carpenters 5/1/2016 $43.66 $26.64 $70.30

Cement Masons 5/1/2016 $33.35 $30.96 $64.31

Iron Workers (Bridge, Structural Steel, Ornamental,Precast, Reinforcing)

7/1/2015 $44.70 $30.01 $74.71

Laborers (Class 01 - See notes) 5/1/2016 $28.35 $25.65 $54.00

Laborers (Class 02 - See notes) 5/1/2016 $28.55 $25.65 $54.20

Laborers (Class 03 - See notes) 5/1/2016 $28.55 $25.65 $54.20

Laborers (Class 04 - See notes) 5/1/2016 $23.15 $25.65 $48.80

Laborers (Class 05 - See notes) 5/1/2016 $29.20 $25.65 $54.85

Laborers (Class 06 - See notes) 5/1/2016 $29.25 $25.65 $54.90

Laborers (Class 07 - See notes) 5/1/2016 $29.10 $25.65 $54.75

Laborers (Class 08 - See notes) 5/1/2016 $28.85 $25.65 $54.50

Laborers (Class 09 - See notes) 5/1/2016 $28.70 $25.65 $54.35

Laborers (Class 10- See notes) 5/1/2016 $28.85 $25.65 $54.50

Laborers (Class 11 -See Notes) 5/1/2016 $28.75 $25.65 $54.40

Laborers (Class 12 -See Notes) 5/1/2016 $30.45 $25.65 $56.10

Laborers (Class 13 -See Notes) 5/1/2016 $32.48 $25.65 $58.13

Laborers (Class 14 -See Notes) 5/1/2016 $28.50 $25.65 $54.15

Laborers Utility (PGW ONLY) 5/1/2013 $27.10 $15.38 $42.48

Laborers Utility (PGW ONLY) 5/1/2015 $24.19 $16.78 $40.97

Laborers Utility (PGW ONLY) (Flagperson) 5/1/2013 $20.07 $15.38 $35.45

Laborers Utility (PGW ONLY) (Flagperson) 5/1/2015 $19.42 $16.78 $36.20

Landscape Laborer 5/1/2015 $20.29 $22.30 $42.59

Landscape Laborer 5/1/2016 $21.19 $22.65 $43.84

Painters (Bridges, Stacks, Towers) 2/1/2016 $52.10 $25.41 $77.51

Steamfitters (Heavy and Highway - Gas Distribution) 5/1/2015 $48.53 $30.08 $78.61

Steamfitters (Heavy and Highway - Gas Distribution) 5/1/2016 $50.19 $31.18 $81.37

Truckdriver class 1(see notes) 5/1/2016 $29.70 $17.14 $46.84

Truckdriver class 2 (see notes) 5/1/2016 $29.80 $17.14 $46.94

Truckdriver class 3 (see notes) 5/1/2016 $30.05 $17.14 $47.19

BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES

Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 8/4/2016 Page 5 of 5

Page 40: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

PA STATE AGENCIES ONLINE SERVICES --search PA--

L&I Home

Safety and Labor-Management Relations

Industrial Board

Labor Law Compliance

Prevailing Wage

Forms

Quick Links

Child Labor Act

Minimum Wage Law

Labor-Management Cooperation

Mediation Services

Occupational and Industrial Safety

Pennsylvania Labor Relations Board

Log In

Safety and Labor-Management Relations > Labor Law Compliance

Notes for Five (5) County Building Common Journeyperson Laborer Notes (Philadelphia Area)

Philadelphia, Montgomery, Bucks, Chester and Delaware

The following updates to the Bureau of Labor Law Compliance’s Pennsylvania Building Journeyperson Laborer Notes are meant to provide a reference point for uniformity and clarity throughout the Commonwealth. The Notes may not be comprehensive, and should be read in conformity with the custom and usage of the construction industry in the geographic region in which they are utilized.

CLASS 1

Common Journeyperson

1. Cleaning, scrubbing, washing and polishing floors, furniture and windows (including through the use ofbonding or flying cranes); For marble, granite, and terrazzo, cleaning, scrubbing, washing, andpolishing after final acceptance.

2. Demolition of interiors and removal of all debris;3. Grading stone and dirt by hand;4. Form pinning5. Pouring handling, and placing of all concrete and related materials and all cure applications;6. Sheathing, lagging, and mining;7. Cleaning up debris;8. Stripping, dismantling, oiling and moving of concrete forms;9. Loading, unloading and carrying of reinforced steel;

10. Handling and distributing lumber and all other building materials, including final strip, and includingmaterials used or installed by mechanical trades (e.g., electrician, plumber, sheet metal worker,insulator);

11. Unloading, carrying, distributing and laying of pre-cast concrete slabs and planks;12. Wrecking, moving and demolishing underpinning and shoring of all structures;13. Using flags and other signaling devices;14. Performing landscaping and nursery work;15. Serving as a Toolroom Person, hanging tools, delivering tools;16. Cleaning precipitators;17. Watching for fires;18. Operating conveyors;19. Using vacuum cleaners of all types (ride or walk-along);20. Digging and filling holes and trenches using hand tools;21. Driving stakes;22. Ripping out material which is to be discarded;23. Cleaning roof removal materials on the ground. Performs roof removal work for demolition (Roof

removal work for roof replacement is performed by roofers);24. Operating a pressure washer;25. Unloading, stockpiling and moving materials for carpenters.26. Operating power buggies and pumps;27. Operating walk along compacting and vibrating equipment;28. Operating guniting machines (including potman);29. Operating steam jennies;30. Using pumps of 2” and under;31. Operating burning torches or burners for demolition;32. Blasting or assisting with blasting;33. Grading and building scaffolds;34. Using or assisting with air and hydraulic wagon drills, on or off tracks;35. Using walk-along or walk behind lifts and similar machines;36. Serving as a drill runner or drill runner’s assistant;37. Operating a chipping hammer or similar;38. Mixing mortar or operating a mortar mixing machine (regardless of power used, including starting and

stopping);39. Feeding grout machines and operating grout pumps;40. Operating concrete saws;41. Operating air tracks or assisting;42. Laying on nonmetallic (clay, ironstone, terra cotta, vitrified concrete and plastic) pipe and the making

of joints for the same within five feet outside a building, or to the first joint beyond five feet from abuilding;

43. Operating jackhammers or concrete busters;44. Operating concrete drills and cutting equipment for trenches, flatwork, and wall coring of multi-use

(common) holes;45. Operating walk behind rollers and similar machines46. Using a cutting torch for demolition work on steel or other metal structures;

Page 1 of 2Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553562&mode=2

Page 41: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

47. Operating salamanders, smudge pots, propane and kerosene burners and all other heating methods;48. Operating drills and all other pneumatic and electric hand tools for demolition;49. Using concrete mixers, vibrators and pumps;50. Operating walk along tamping equipment;51. Sandblasting (filling the pot, cleaning up of sand, use of the nozzle) pumps 2” or under for demolition;52. Using welding torches;53. Working on swing scaffold, sling and Bosun chairs.

CLASS 2

Asbestos Removal

CLASS 3

Mason Tenders

CLASS 4

Forklift Laborer (In conjunction with the Mason Tenders)

CLASS 5

Plaster Tender

Contact Us | Commonwealth Portal | Contact the Web Team | Privacy Policy | Disclaimer

Copyright © 2016 Commonwealth of Pennsylvania

Page 2 of 2Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553562&mode=2

Page 42: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

PA STATE AGENCIES ONLINE SERVICES --search PA--

L&I Home

Safety and Labor-Management Relations

Industrial Board

Labor Law Compliance

Prevailing Wage

Forms

Quick Links

Child Labor Act

Minimum Wage Law

Labor-Management Cooperation

Mediation Services

Occupational and Industrial Safety

Pennsylvania Labor Relations Board

Log In

Safety and Labor-Management Relations > Labor Law Compliance

Notes for Heavy & Highway Laborers in Five (5) County Area (Philadelphia Area)

Philadelphia, Montgomery, Bucks, Chester and Delaware

HEAVY & HIGHWAY LABORERS

CLASS 1

Yardwork Laborers Scale Mix Yardwork Laborers Scale Mixer Men Bumermen Feeders Dustmen

CLASS 2

General Journeyman Laborer Asphalt Shevelers Sheeting, Shoring & Lagging Laborers Stone, Granite & Artificial Stone Setting Laborer HOD Carriers Scaffold Builders Relief Joints & Placing Gabions Pneumatic Tool Laborers Concrete Forms & Stripping Laborers Concrete & Lumber Material Laborers Steel * Steel Mesh (Carrying & Handling) Form Pinners Mortar Mixers Pouring & Placing Concrete Grade Men

CLASS 3

Vibrator Laborer Finsih Surface Asphalt Rackers Jackhammer Operators Paving Breaker Operator Pipelayer & Caulker (All Joints up to Within 5 Feet of Building Foundation Line) Conduit & Duct Layers

CLASS 4

Flagperson

CLASS 5

Miners

CLASS 6

Welders & Burners

CLASS 7

Miner Bore Driver Blasters Drillers Pneumatic Shield Operator

CLASS 8

Miners Helpers Form Setters

CLASS 9

Trackmen Brackmen

Page 1 of 2Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553563&mode=2

Page 43: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Groutmen Bottom Shaft Men All Other Laborers in Free Air Tunnels Underpinning

CLASS 10

Circular Caissons Welders, Burners & Air Tuggers

CLASS 11

Powdermen Multiple Wagon Drill Operator Laborers

CLASS 12

Caisson Laborer Foreman

CLASS 13

Toxic/Hazardous Waste Handler

CLASS 14

Wagon Drill/Hydraulic Track Drill Operator Laborer

Contact Us | Commonwealth Portal | Contact the Web Team | Privacy Policy | Disclaimer

Copyright © 2016 Commonwealth of Pennsylvania

Page 2 of 2Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553563&mode=2

Page 44: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

PA STATE AGENCIES ONLINE SERVICES --search PA--

L&I Home

Safety and Labor-Management Relations

Industrial Board

Labor Law Compliance

Prevailing Wage

Forms

Quick Links

Child Labor Act

Minimum Wage Law

Labor-Management Cooperation

Mediation Services

Occupational and Industrial Safety

Pennsylvania Labor Relations Board

Log In

Safety and Labor-Management Relations > Labor Law Compliance

Definitions for 5 County Building, Heavy, Highway OperatorsChester, Montgomery, Bucks, Philadelphia, & Delaware

Operators Class 1

Handling Steel & Stone in Connection with Erection Cranes doing Hook Work * **

Any Machines Handling Machinery Cable Spinning Machine

Helicopter Rail Loader (Winch Boom Type)

High Rail/Burro Crane

Machines Similar to above including remote control equipment

Operators Class 1 (A)

Machines Handling Steel, or the Functional Equivalent, and Stone in connection with Erection 15 Ton and over Factory Rating

Cranes doing Hook Work 15 Ton and over Factory Rating * **

Any Machines Handling Machinery High Rail/Burro Crane 15 Ton and over Factory Rating

Rail Loader (Winch Boom Type) 15 Ton and over Factory Rating

Concrete Pumps (Building)

Equipment in Wage Group 1 that does not require an Oiler

Concrete Pumps (Building) 120 Feet of Boom Length or less (200 yard pour or less)

Machines Similar to above including remote control equipment

Operators Class 2

All Types of Cranes * ** Conveyor Loaders (Euclid-Type Wheel)

Cableways All Types of Shovels

Drag Lines Pavers 21E & Over

Derricks Trenching Machines

Trench Shovels Hoist with Two Towers

Pippin Type Backhoes Front-End Loaders

Building Hoists - Double Drum (Unless used as a Single Drum)

Bobcat

Boat Captain Directional Boring Machines

Side Boom Vermeer Saw Type Machine (Other than Hand Held)

Vermeer Saw Type Machine Chipper with Boom

Tractor Mounted Hydro Axe Bundle Puller-Extractors (Tubular Type)

All Autograde & Concrete Finishing Machines Ballast Regulators

Production Switch Tamper Rail/Road Loader

Tie Replacer Portable Rock Crusher

Power Jack Liner Tandem Scrapers

Keystones Mucking Machines in Tunnel

Page 1 of 4Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553552&mode=2

Page 45: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Milling Machine Tower Type Crane Operation, Erecting, Dismantling, Jumping or Jacking

Drills Self-Contained (Drillmaster Type) Fork Lift (20 feet & over)

Motor Patrols (Fine Grade) Batch Plant with Mixer

Carryalls, Scrapers & Tournapulls Rollers (High Grade Finishing)

Spreaders (Asphalt) Bulldozers & Tractors

Mechanic – Welder Concrete Pumps (Heavy, Highway)

Machines Similar to above including remote control equipment

Operators Class 2 (A)

Gradalls All Types of Backhoes

Crawler Backhoes and Crawler Gradalls over four Cubic Yard Factor Rating

Hydraulic Backhoes over One Cubic Yard Factor Rating

Single Person Operation Truck Cranes 15 Ton and Over Factory Rating

Cherry Picker Type Machinery and Equipment 15 Ton and Over Factory Rating

Concrete Pumps (Heavy/Highway) Equipment in Wage Group 2 that does not require an Oiler

Machines Similar to above including remote control equipment

Operators Class 3

Conveyors (Except Building Conveyors) Building Hoists (Single Drum)

Well Drillers Asphalt Plant Engineers

Fork Lift Trucks of all Types Ditch Witch (Small Trencher)

Motor Patrols Concrete Breaking Machines (Guillotine Only)

Rollers Fine Grade Machines

Stump Grinder High or Low Pressure Boilers

Elevator Operator (New Construction)

Machines Similar to above including remote control equipment

Operators Class 4

Seamen Pulverizing Mixer Form Line Graders

Farm Tractors Road Finishing Machines

Concrete Spreaders (Heavy, Highway) Grease Truck

Power Broom (Self-Contained) Seed Spreader

Machines Similar to above including remote control equipment

Operators Class 5

Conveyors (Building) Welding Machines

Heaters Well Point Pumps

Compressors Pumps

Miscellaneous Equipment Operator Tireman, Power Equipment

Maintenance Engineers (Power Boats) Elevator Operator (Renovations)

House Car

Machines Similar to above including remote control equipment

Page 2 of 4Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553552&mode=2

Page 46: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Operators Class 6

FiremanOilers & Deck Hands (Personnel Boats)Grease Truck Helper

Machines Similar to above including remote control equipment

Operators Class 7 (A) (Toxic/Hazardous Waste Removal)

Handling Steel & Stone In Connection with Erection Cranes doing Hook Work

Any Machines Handling Machinery Cable Spinning Machine

Helicopters Concrete Pumps (Building)

High Rail/Burro Crane Rail Loader (Winch Boom Type)

Machines Similar to above including remote control equipment

Operators Class 7 (B) (Toxic/Hazardous Waste Removal)

All Types of Cranes All types of Backhoes

Cableways Conveyor Loader (Euclid-Type Wheel)

Drag Lines Keystones

All Types of Shovels Derricks

Pavers 21E & Over Trench Shovels

Trenching Machines Gradalls

Front-End Loaders Boat Captain

Hoist with Twp Towers Concrete Pumps (Heavy, Highway)

Building Hoists-Double Drum (Unless Used as a Single Drum)

Milling Machine

Mucking Machines in Tunnel Pippin Type Backhoes

Bobcat Tandem Scrapers

Side Boom Tower Type Crane – Operation, Erecting

Dismantling, Jumping or Jacking Directional Boring Machines

Vermeer Saw Type Machine (Other Than Hand Held)

Drills Self-Contained (Drillmaster Type)

Fork Lift (20Ft & Over) Tractor Mounted Hydro Axe

Motor Patrols (Fine Grade) Chipper with Boom

Batch Plant with Mixer All Autograde & Concrete Finishing Machines

Carryalls, Scrapers & Tournapulls Rollers (high Grade Finishing)

Bundle Pullers/Extractors (Tubular) Spreaders (Asphalt)

Bulldozers & Tractors Mechanic – Welders

Production Switch Tamper Ballast Regulators

Tie Replacer Rail/Road Loader

Power Jack Liner

Machines Similar to above including remote control equipment

* On Building Projects - On all machines with booms, jibs, masts and leads, including tower cranes, 100 feet from ground up, fifty ($.50) cents per hour additional will be paid for each increment of 25 feet over 100 feet. On cranes with booms (including jibs, masts and leads) 200 feet and over, two (2) operators will be required. When two (2) operators are employed, no oiler will be required.

Booms to be measured from the ground up. Tower cranes calculated from ground up and out for purpose of boom pay

Page 3 of 4Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553552&mode=2

Page 47: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

** On Heavy and Highway Projects: On all machines with booms, jibs, masts, and leads, including tower cranes, 100 ft. and over, thirty-five ($.35) cents per hour additional will be paid for each increment of 25' over 100'. On cranes with booms (including jibs, masts and leads) 200 ft. and over, two (2) operators will be required. When 2 operators are employed, no oiler will be required. Booms to be measured from the ground up.

Contact Us | Commonwealth Portal | Contact the Web Team | Privacy Policy | Disclaimer

Copyright © 2016 Commonwealth of Pennsylvania

Page 4 of 4Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553552&mode=2

Page 48: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

PA STATE AGENCIES ONLINE SERVICES --search PA--

L&I Home

Safety and Labor-Management Relations

Industrial Board

Labor Law Compliance

Prevailing Wage

Forms

Quick Links

Child Labor Act

Minimum Wage Law

Labor-Management Cooperation

Mediation Services

Occupational and Industrial Safety

Pennsylvania Labor Relations Board

Log In

Safety and Labor-Management Relations > Labor Law Compliance

ASBESTOS REMOVAL -- ASBESTOS WORKER/LABORER

AMENDED FOR 11/21/97

The removal of asbestos containing materials should be handled as follows:

1. The removal of all insulation materials, whether they contain asbestos or not, from mechanical systems (pipes, boilers, ducts, flues, breachings, etc.) will be recognized as work to be classified as Asbestos Worker.

2. On all mechanical systems (pipes, boilers, ducts, flues, breachings, etc.) that are going to be scrapped, the removal of all insulating material, whether they contain asbestos or not, will be classified as Laborers.

3. The removal of all asbestos containing materials from walls, ceilings, floors, columns and all other non-mechanical structures and surfaces, etc., will be held to the classification of Laborers (with the exception of roofing materials).

4. The term "removal" shall not include sealing, labeling and dropping of scrap material into appropriate containers. After the drop, the final disposal will be classified as Laborers.

5. The loading at the designated area of all materials that have been removed, bagged and tagged, as well as clean-up and all unloading, burying and other work required at the disposal site should be classified as Laborers.

Contact Us | Commonwealth Portal | Contact the Web Team | Privacy Policy | Disclaimer

Copyright © 2016 Commonwealth of Pennsylvania

Page 1 of 1Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553553&mode=2

Page 49: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

PA STATE AGENCIES ONLINE SERVICES --search PA--

L&I Home

Safety and Labor-Management Relations

Industrial Board

Labor Law Compliance

Prevailing Wage

Forms

Quick Links

Child Labor Act

Minimum Wage Law

Labor-Management Cooperation

Mediation Services

Occupational and Industrial Safety

Pennsylvania Labor Relations Board

Log In

Safety and Labor-Management Relations > Labor Law Compliance

Notes for Building, Heavy, Highway Truckdriver Truckdriver Class 1

Single Axle

Truckdrivers Class 2

Tandem Tri-Axle Semi-Trailer (Combination)

Truckdrivers Class 3

Speciality Vehicles

Contact Us | Commonwealth Portal | Contact the Web Team | Privacy Policy | Disclaimer

Copyright © 2016 Commonwealth of Pennsylvania

Page 1 of 1Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553554&mode=2

Page 50: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

PA STATE AGENCIES ONLINE SERVICES --search PA--

L&I Home

Safety and Labor-Management Relations

Industrial Board

Labor Law Compliance

Prevailing Wage

Forms

Quick Links

Child Labor Act

Minimum Wage Law

Labor-Management Cooperation

Mediation Services

Occupational and Industrial Safety

Pennsylvania Labor Relations Board

Log In

Safety and Labor-Management Relations > Labor Law Compliance

Painters Notes for Building, Heavy, Highway Painters

Cameron, Crawford, Forest, Potter & Warren Counties

Painters Class 1 - Industrial Rates (Heavy/Highway)

Painters Class 2 - Commercial Rates (Building)

Allegheny, Fayette, Greene & Washington Counties

Painters Class 1 - Industrial Brush & Roll (Heavy/Highway)

Painters Class 2 - Industrial Sandblast & Spray (Heavy/Highway)

Painters Class 3 - Bridge, Hot Stack, & Transmission Towers (Heavy/Highway)

Painters Class 4 - Painter Tender I (Heavy/Highway)

Painters Class 5 - Painter Tender II (Heavy/Highway)

Painters Class 6 - Commercial Painting & Paperhanging (Building)

Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Centre, Clarion, Clearfield, Elk, Fulton, Huntingdon, Indiana, Jefferson, Juniata, Lawrence, Mercer, Mifflin, Somerset, Venango &

Westmoreland Counties

Painters Class 1 - Industrial Brush & Roll (Heavy/Highway)

Painters Class 2 - Industrial Sandblast & Spray (Heavy/Highway)

Painters Class 3 - Bridge, Hot Stack, & Transmission Towers (Heavy/Highway)

Painters Class 4 - Painter Tender I (Heavy/Highway)

Painters Class 5 - Painter Tender II (Heavy/Highway)

Painters Class 6 - Commercial Painting & Paperhanging (Building)

Bucks, Chester, Delaware, Montgomery & Philadelphia Counties

Painters Class 1 - Brush, Roller & Spray

Painters Class 2 - Bridge

Painters Class 3 - Wallcoverer

Adams, Berks, Bradford, Carbon, Clinton, Columbia, Cumberland, Dauphin, Franklin, Lackawanna, Lancaster, Lebanon, Lehigh, Luzerne, Lycoming, Monroe, Montour, Northampton,

Northumberland, Perry, Pike, Schuylkill, Snyder, Sullivan, Susquehanna, Tioga, Union, Wayne, Wyoming & York Counties

Paitners Class 1 - Commercial*

Painters Class 2 - Industrial (includes Structural Steel, Industrial Spray & Sandblasting)*

Painters Class 3 - Bridge*

* $1.00per hour above the rate for all classifications for work done in the following manner: Steel, Spray, Epoxy, HIPAC Coatings, Catalyzed Epoxy, Urethanes, Removers, Swing, Basket, and Sandblasting

Page 1 of 2Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553556&mode=2

Page 51: The bid opening date and time scheduled for Thursday ...€¦ · 74. Drawing EE1401– Remove drawing and replace drawing 75

Clinton County

Painters Class 1 - Spray

Painters Class 2 - Brush & Roller

Contact Us | Commonwealth Portal | Contact the Web Team | Privacy Policy | Disclaimer

Copyright © 2016 Commonwealth of Pennsylvania

Page 2 of 2Prevailing Wage

http://www.portal.state.pa.us/portal/server.pt?open=514&objID=553556&mode=2