View
11
Download
0
Category
Preview:
Citation preview
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 1 OF 16
ADDENDUM N0. 1 Project: Procurement of Ship-To-Shore Gantry Cranes
and Associated Cargo Handling Equipment
Contract: DSPC Project No. 13-7803 Issue Date: March 17, 2014 Acknowledgement of Addendums � Vendors must acknowledge receipt of Addendums on the Proposal Form in order for their Proposal to
be considered Responsive. Minutes of Pre-Bid Meeting � Minutes of the Mandatory Pre-Bid Meeting held on March 5, 2014 are included as Attachment A to this
Addendum No. 1. Project Manual
Information for Vendors –
1. Part II, Section D, Detailed Requirements (Page IFV-3 of 8) is revised to read as follows:
The technical requirements of this RFP are included in the Technical Specifications section.
It is anticipated that Vendor will provide a response for each and every item listed in the Cost Proposal portion of the Proposal Form. If Vendor elects to not provide response to a given item in the Cost Proposal portion of the Proposal Form, Vendor must indicate its election to not provide a response on the Statement of Exceptions Form included as Attachment 3 to the Proposal Form.
Instructions to Vendors -
1. The Proposals Due Date is extended by one (1) week. Accordingly, the Instruction to Vendors
is revised as follows:
□ Part I, Section A, Key Dates / Milestones (Page ITV-1 of 8)
The table of activities and dates is replaced with the following:
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 2 OF 16
Activity Due Date
RFP Availability to Vendors February 24, 2014
Mandatory Pre-bid Conference March 5, 2014
Written Questions Due March 28, 2014
Written Answers Issued April4, 2014
Proposals Due 3:00 PM, April 11, 2014
Public Proposal Opening 3:00 PM, April 11, 2014
Proposal Evaluation/Presentations As required
Vendor Discussions and “Best & Final Offers” As required
Target Vendor Selection May 16, 2014
□ Part I, Section B, Inquiries & Questions, Paragraph 1
The referenced Paragraph is revised to read as follows:
All questions with regard to the interpretation of this Request for Proposals must be received in writing by DSPC’s Authorized Representative no later than 5:00 PM EST on March 28, 2014. All questions will be answered in writing no later than 5:00 PM EST on April 4, 2014.
□ Part III, Section A, Number of Copies With Mailing of Proposal, Second Paragraph
The reference Paragraph is revised to read as follows:
All properly sealed and marked proposals are to be sent to DSPC and received no later than 3:00 PM Eastern Standard Time on April 4, 2014. The proposing Vendor bears the risk of delays in delivery.
□ Part III, Section B, late Proposals, Second Paragraph
The reference Paragraph is revised to read as follows:
To guard against premature opening, sealed proposals shall be submitted, plainly marked with the following:
DSPC CONTRACT 13-7803 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT
DUE DATE: April 11, 2014 DUE TIME: 3:00 PM EST
VENDOR NAME: (Insert Vendor Name)
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 3 OF 16
Special Conditions –
1. Appendix C Supplement A-1 Crane and Supplement A-2 Crane
As the selected Options are not yet defined, the list of options has been deleted from
Supplements A-1 and A-2 pages. Replace existing Appendix C pages 1 and 2 with the
revised Appendix C pages 1 and 2 included in Appendix B to this Addendum No. 1.
Proposers shall provide prices for the equipment and options as specified in the Proposal
Form.
Technical Specifications -
1. Section 1.1.2
Replace existing paragraph in its entirety with the following:
The Crane(s) shall be rail mounted, diesel powered, single trolley, traveling tower gantry
type, with through the legs handling capability and luffing boom, capable of being raised to
clear the ship’s structure. The Crane(s) shall be multi-purpose type and capable of
container, bulk, and break-bulk handling. Two alternates shall be provided as base
proposals. One base proposal is for a typical container crane, but equipped with electro-
hydraulic “clamshell” buckets for bulk operation. The second base proposal is for a bulk
material crane with rope reeving system designed to operate with a four rope driven
mechanical clamshell bucket, but equipped such that it can be easily converted to a
container operation.
2. Section 1.1.5
Replace existing paragraph in its entirety with the following:
The Crane(s) will operate with a telescoping spreader designed for single ISO 20 ft., 40 ft.,
and 45 ft. containers and hatch cover handling. The “Base Cost Proposal - Option 1”
Crane will operate with a quick change “self-contained” electro-hydraulic bucket for bulk
handling. The alternate “Base Cost Proposal -Option 2” Crane will operate with a rope
driven mechanical clam shell bucket in lieu of the “self-contained” electro-hydraulic bucket.
Both types of Crane(s) will also operate with a cargo beam for break bulk handling. The
spreaders, buckets and cargo beam shall be furnished by the Manufacturer. The
spreaders and buckets shall be mechanically and electrically interchangeable on all new
Crane(s) provided under this Contract, and where possible, with the existing equipment at
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 4 OF 16
the Terminal. The Crane(s) will interface with an optional hopper system designed to
receive the coal from the grab bucket and deposit it to trucks at dock level as well as with
an existing hopper system. Interface information will be provided by the Owner.
3. Section 1.1.9
Change the last sentence from “The optional “rope grab,” reeved in “clamshell buckets
shall be sized similarly” to “The “rope grab,” reeved in “clamshell buckets of the alternate
base proposal shall be sized similarly.”
4. Section 1.1.13
Replace existing paragraph in its entirety with the following:
For the two (2) Cranes included in each of the two base proposals, three (3) telescopic
spreaders as manufactured by an Owner approved manufacturer shall be provided. In
addition, For the Base Proposal Option - 1 Crane(s), two (2) electro-hydraulic
“clamshell” buckets, one (1) small and one (1) large, as manufactured by an Owner
approved manufacturer shall be provided. For the Base Proposal - Option 2
mechanical rope driven type bucket Crane(s), two (2) four rope mechanical “clamshell”
buckets, one (1) small and one (1) large, as manufactured by an Owner approved
manufacturer shall be provided. Two (2) Vendor supplied cargo beams shall be
provided for each base proposal.
5. Section 1.1.14
Replace existing paragraph in its entirety with the following:
In addition to the three (3) telescopic spreaders included in each of the two base
proposals for the two (2) Crane(s), the Manufacturer shall provide option prices for one
(1) additional telescopic spreader, one additional small electro-hydraulic bucket, one
additional large electro-hydraulic bucket, one additional small rope driven mechanical
“clamshell” bucket, one additional large rope driven mechanical “clamshell” bucket,
and up to two (2) bulk material hoppers. The optional spreader and buckets shall be
identical to those provided with the base proposals. The Owner may or may not
exercise any or all of these options.
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 5 OF 16
6. Add Section 1.1.16
The new Crane(s) will be positioned at the Port of Wilmington between Diamond State Port
Corporation’s two existing multipurpose gantry cranes at handover. To minimize impact on
normal vessel operations during delivery of the Crane(s), if delivered fully erected, the
Crane(s) shall be off loaded initially at Berth #4 west of the two working cranes where
commissioning, acceptance testing, and any other work required to make the Crane(s)
ready for commercial service will be completed. After the Crane(s) are ready for
commercial service, the Manufacturer must relocate the Crane(s) from Berth #4 to their
final position on rails between the two working cranes. All costs associated with this
relocation shall be included in the Manufacturer’s cost proposals. Diamond State Port
Corporation will authorize the repositioning of the Crane(s) to the final hand over location
only when the Manufacturer can show by descriptions of work and schedules that the
Crane(s) can be handed over within an acceptable time period after their relocation to the
position between the two existing cranes.
Manufacturers may at their discretion offer a contract price deduction if Diamond State
Port Corporation allows the Crane(s) to be off loaded and made ready for handover on the
rails between the two existing cranes thereby avoiding the additional time and expense of
repositioning the cranes. If Manufacturers chose to offer this price deduction, their
proposal shall include a detailed time schedule and description of space requirements for
all work involved in offloading and making the Crane(s) ready for commercial service so
Diamond State Port Corporation may evaluate the impact on normal vessel operations.
Site assembly and erection of cranes may occur at the Manufacturer’s discretion either at
Berth #4 or at the space behind Berths #1 and #2 shown on Drawing 13-7803-1. The
Crane(s) shall be relocated by the Manufacturer from the erection site to the final position
on rails between Diamond State Port Corporation’s two existing multipurpose gantry
cranes prior handover. All costs associated with this relocation shall be included in the
Manufacturer’s cost proposals. Diamond State Port Corporation will authorize repositioning
of the Crane(s) to the final hand over location only when the Manufacturer can show by
descriptions of work and schedules that the Crane(s) can be handed over within an
acceptable time period after the relocation.
The empty space behind Berths #1 and #2 shown on Drawing 13-7803-1 may be used by
Manufacturer for storage, etc., regardless of whether the Crane(s) are shipped fully
erected or assembled and erected on site.
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 6 OF 16
7. Section 1.2.3
Replace existing paragraph in its entirety with the following:
“For the “rope” grab alternate base proposal, additional drives for the grab hold and
close shall be provided as required.”
8. Section 1.3.1
Replace existing paragraph in its entirety with the following:
“A remote control station shall be furnished at dock level to provide control for all
spreader, cargo beam, and clam shell bucket functions and for reduced speed main
hoist, trolley and gantry motion (as defined in other section(s) of these Specifications).
9. Section 1.9.1
Change the last sentence from “For the optional proposal, it is anticipated that a
compensating/support system will be required” to “For the alternate base proposal with
rope driven mechanical clam shell buckets, it is anticipated that a compensating/support
system will be required.”
10. Section 1.12.1
Change the third sentence from “The optional “rope grab”, reeved in “clamshell buckets
shall be sized similarly” to “The “rope grab”, reeved in “clamshell buckets for the alternate
base proposal shall be sized similarly.”
11. Section 1.12.2
Change the first sentence from “The bucket(s) provided as part of the Base Proposal shall
be manufactured by Atlas, Anvil Attachments or Owner approved equivalent” to “The
bucket(s) provided as part of this Base Proposal shall be manufactured by an Owner
approved manufacturer.”
12. Section 1.13
Change from “HOPPER (BASE PROPOSAL AND OPTIONAL)” to “HOPPER (OPTIONAL)”
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 7 OF 16
13. Section 1.13.1
Replace existing paragraph in its entirety with the following:
The Crane(s) will interface with a hopper system designed to receive the coal from the
grab bucket and deposit it to the trucks at dock level. The Manufacturer shall provide a
price in his proposal for up to two (2) optional hopper systems. The optional hopper
systems shall have capacity to maintain the minimum design flow rate, shall include
shut-off gate and wind screens, and shall be designed to handle the contents of four
(4) full buckets. Withdrawal from the hopper shall be by a vibratory feeder and vertical
loading to the waiting trucks with run parallel to the gantry rails. The hopper shall be
easily connected to the Crane(s) and travel with the Crane(s). When not in use, the
hopper shall be easily disconnected and moved to a position designated by Owner.
The hopper shall be supported at four (4) corners by “steerable” pneumatic tires. The
Crane(s) shall also interface with existing hoppers as well as with new hoppers
provided under this contract.
14. Section 1.15
Change from “OPTIONAL PROPOSAL FOR “ROPE” GRAB BUCKET TYPE “BULK” SYSTEM” to “ALTERNATE PROPOSAL FOR “ROPE” GRAB BUCKET TYPE “BULK” SYSTEM.”
15. Section 1.15.1
Replace existing paragraph in its entirety with the following:
For the “Base Cost Proposal -Option 2” Crane with a rope driven mechanical clam
shell bucket, the Owner requires that additional hoists and drive(s) (grab hold and
close), reeving system, compensating rope trolley, and any other necessary auxiliary
equipment for “rope” grab type “bulk” system, be provided. The system must be
designed such that it can be easily converted to a container operation, and back to a
bulk operation, in a minimal amount of time. The “rope” grab buckets as specified
elsewhere, shall be required in lieu of the electro-hydraulic Clamshell buckets and
shall be manufactured by an Owner approved manufacturer. The size, details and
manufacture of buckets shall be similar to that as noted for the electro-hydraulic
“Clamshell” Bucket. The manufacture and details of hoists and drive(s) (Grab Hold
and Close), reeving system, compensating rope trolley and auxiliary equipment shall
be as defined in other sections of these specifications for the appropriate system. The
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 8 OF 16
sheave blocks (for container operation) shall each have the capability of being raised
separately and “locked off” at trolley, in order to operate each system. The
Manufacturer shall provide a description and drawings of the proposed concept with
his proposal.
16. Section 1.16.1
Change the last sentence from “For the optional “rope” grab system, the total combined capacity on the ropes shall also be 68.0 LT” to “For the alternate “rope” grab system, the total combined capacity on the ropes shall also be 68.0 LT.”
17. Section 1.17.1
Change “Crane Rail Type (top-width) from 101.6 mm/4.0 in / 171 pound rail to 76.2 mm/3.0
in/135 pound rail.
18. Section 1.23.1
Replace entire table in Section 1.23.3 with the following table:
Component / Subsystem Required Vendor
Electrical System Integration TMEIC, ABB, Avtron
Medium Voltage Transformer(s) Provided by system integrator, design approved by
Owner
Medium Voltage Switchgear Provided by system integrator, design approved by
Owner
Drive Motors Provided by system integrator, design approved by
Owner
Drive Inverters Provided by system integrator, design approved by
Owner
PLC GE RX3i with Versamax I/O, ABB
Touch Screen Panels Quickpanel
Main Hoist Motor Brakes Pintsch Bubenzer
Trolley, Boom and Gantry Motor Brakes Pintsch Bubenzer
Main Hoist and Boom Hoist Redundant Drum
Mounted Brakes
Pintsch Bubenzer
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 9 OF 16
Component / Subsystem Required Vendor
Couplings- Boom, Trolley, Hoist Gearbox Falk
Couplings- Boom, Trolley, Hoist Brake Disc Bubenzer
Couplings- Boom, Trolley, Hoist Drum Malmedie
Gearboxes Flender, Falk
Bearings SKF, FAG
Seals Owner-Approved
Wire Rope MacWhyte, Bridon
Diesel Engine Cummins, Caterpillar
Alternator Onan, Caterpillar
Trolley Festoon Wampfler
Spreader Cable Reel (If Used) Conductix/Wampfler (Magnetic coupling drive)
Spreader Cable Prysmian Cordaflex SM
Spreader Cable Connectors (Both Ends) Amphenol- Pyle National Star-Line
Spreader Bromma
Bucket Peiner, Nemag, Verstegen
Hydraulic Components Vickers, Rexroth or Parker
Hydraulic Bumpers Oleo
Anemometer Lambrecht
Lightning Protection Eritech
Operator’s Console Chair and Master-switches J.R. Merritt
Machinery House Crane Konecranes
Air Conditioning DMC (Durable Machinery Company), HDT Global
Weight Indication System Magtrol
Man Lift Alimak
Floodlights, Non- LED Hubbell, Phoenix
Floodlights, LED (Trolley) Constellation, Cooper, Phoenix
Intercom Atkinson Dynamics
Gantry Anti-collision Sick Laser
Boom Anti-collision Sick Laser
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 10 OF 16
Component / Subsystem Required Vendor
Hoist Soft Landing Spreader Manufacturer
Proximity sensors IFM Efector
Fuel Tank Level Monitoring MTS sensors (M-series) with Precision Digital
Readout (Trident series)
Optical Rotary Limit Switches Electro Cam
19. Section 2.6.1
Add in the “Value” column for the term “Allowable Wheel Load” “Refer to Section 1.17.1”
20. Section 3.6
Delete Sections 3.6.3, 3.6.4, 3.6.5, 3.6.6, 3.6.7, and 3.6.8.
21. Sections 3.12.5 through 3.12.10
Replace existing paragraphs 3.12.5 through 3.12.10 with the following paragraphs:
3.12.5 The rail design at the boom hinge shall allow for eventual replacement of worn
rail sections by cutting each rail to remove worn lengths of approximately five
(5) feet and replacing with a new rail section machined to match the hinge
details of the sections being replaced. The replacement rail sections will be
joined to the existing rails by complete penetrations welds and ground smooth.
Weld details of the joints shall be identical to those used to join rail sections
away from the hinge during fabrication. The Manufacturer shall include in
Maintenance documentation a detailed procedure with complete weld details
including cutting location and procedure, weld joint preparation, weld preheat
and slow cooling procedure (if required), weld filler material, etc.
3.12.6 The location of the cutting/weld joints for the replacement rail sections shall be
staggered from one side of the crane to the other.
3.12.7 The supporting structure shall be as rigid as possible and shall support the rail
as close to the hinge point as practical.
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 11 OF 16
3.12.8 The design of the trolley rail supports at the boom hinge shall minimize the
effect of dynamic structural deflections on the alignment of the trolley rail.
3.12.9 The rail sections at the boom hinge shall be supported by stainless steel
plates in lieu of Gantrex pads. The stainless steel plates shall extend at least
24” beyond the location of the future rail replacement joints and shall be
tapered at the ends where they meet the Gantrex Pads.
3.12.10 With Owner approval, other rail and hinge joint configurations may be used.
22. Add Section 3.14.4
With Owner approval, other trolley drive configurations may be used.
23. Section 3.25.2
Replace existing sentence with “Drum design shall preclude corrugating and wear of the
rope groves due to rope pressure.”
24. Section 3.43.1
Change the first sentence from “The hydraulic grab clamshell bucket shall be
manufactured by Atlas, Anvil Attachments or an Owner approved equivalent” to “The
electro-hydraulic grab clamshell bucket shall be manufactured by an Owner approved
manufacturer.”
25. Section 3.44
Change from “GRAB CLAMSHELL BUCKET (OPTIONAL PROPOSAL) TO “GRAB
CLAMSHELL BUCKET (ALTERNATE PROPOSAL).”
26. Section 3.44.1
Change the first sentence from “The Grab bucket shall be of the clamshell type and be
manufactured by Atlas, Anvil Attachments or an Owner approved equivalent” to “The Grab
bucket shall be of the clamshell type and be manufactured by an Owner approved
manufacturer.”
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 12 OF 16
27. Section 3.45.1
Replace existing paragraph in its entirety with the following:
The Manufacturer shall provide in his proposal prices for up to two (2) optional hoppers
for receiving bulk material from the grab bucket and depositing it to the trucks at dock
level. The hopper shall have capacity to maintain the minimum design flow rate, shall
include shut-off gate and wind screens, and shall be designed to handle the contents
of four (4) full buckets. Withdrawal from the hopper shall be by a vibratory feeder and
vertical loading to the waiting trucks with run parallel to the gantry rails. The hopper
shall be easily connected to the Crane(s) and travel with the Crane(s). When not in
use, the hopper shall be easily disconnected and moved to a position designated by
Owner. The hopper shall be supported at four (4) corners by “steerable” pneumatic
tires.
28. Section 3.46.1
Replace existing paragraph in its entirety with the following:
For the “Base Cost Proposal -Option 2” Crane with a rope driven mechanical clam
shell bucket, the Owner requires that additional hoists and drive(s) (grab hold and
close), reeving system, compensating rope trolley, and any other necessary auxiliary
equipment for “rope” grab type “bulk” system, be provided. The system must be
designed such that it can be easily converted to a container operation, and back to a
bulk operation, in a minimal amount of time. The “rope” grab buckets as specified
elsewhere, shall be provided in lieu of the electro-hydraulic Clamshell buckets and
shall be manufactured by an Owner approved manufacturer. The size, details and
manufacture of buckets shall be similar to that as noted for the electro-hydraulic
“Clamshell” Bucket. The manufacture and details of hoists and drive(s) (Grab Hold
and Close), reeving system, compensating rope trolley and auxiliary equipment shall
be as defined in other sections of these specifications for the appropriate system. The
sheave blocks (for container operation) shall each have the capability of being raised
separately and “locked off” at trolley, in order to operate each system. The
Manufacturer shall provide a description and drawings of the proposed concept with
his proposal.
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 13 OF 16
29. Section 5.2.2.13
Change the first sentence from “The fuel oil system shall consist of a fuel refilling station, a
tank with a fuel level gauge, a low level alarm, 75% and 95% full indicating lights at the fuel
refilling station, a fuel oil pump driven directly from the engine, a full-flow type filter, piping,
a strainer, and spring-loaded suction and discharge valves” to “The fuel oil system shall
consist of a fuel refilling station, a tank with a fuel level gauge, a low level alarm, a digital
level display and 75% and 95% full indicating lights at the fuel refilling station, a fuel oil
pump driven directly from the engine, a full-flow type filter, piping, a strainer, and spring-
loaded suction and discharge valves.”
30. Section 5.2.2.20
Change the first sentence from “An automatic shutdown system shall be provided to stop
the diesel engine in case of high coolant temperature, low lubricating oil pressure, or
engine over speed” to “An automatic shutdown system shall be provided to stop the diesel
engine in case of high coolant temperature, low lubricating oil pressure, crank case over
pressure, or engine over speed.”
31. Section 5.5.2
Change the first three sentences from “All wiring shall be run in either suitable rigid heavy
wall galvanized seamless conduit galvanized not less than forty-five (45) microns or
suitable PVC coated electrical rigid conduit all amply dimensioned for the size and number
of conductors to be accommodated. Conduit above sill beam level may be galvanized
conduit or PVC coated conduit. Conduit at sill beam level and below shall be PVC conduit”
to “All wiring shall be run in either suitable rigid heavy wall galvanized seamless conduit
galvanized not less than forty-five (45) microns or suitable PVC coated electrical rigid steel
conduit all dimensioned per NEC for the size and number of conductors to be
accommodated. Conduit above sill beam level may be galvanized conduit or PVC coated
rigid steel conduit. Conduit at sill beam level and below shall be PVC coated rigid steel
conduit.”
32. Section 5.5.6
Replace existing paragraph in its entirety with the following:
Stainless Steel Liquid – Tight fittings shall be made of 304 stainless steel or better.
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 14 OF 16
33. Section 5.5.11
Change second sentence from “Side entrance using Myer hubs may be provided where entry from below is impractical and approval must be obtained in each specific case” to “Side entrance using Myers hubs may be provided where entry from below is impractical and approval must be obtained in each specific case.”
34. Section 5.20.3
Replace existing paragraph in its entirety with the following:
A Owner approved mono spiral cable reel with stainless steel drum shall be provided to allow proper gathering and paying out of the cable at maximum trolley speeds and accelerations and maximum hoist and lower speeds and accelerations with wind speeds of 28m/sec (63mph). The cable reel drive shall be magnetic coupling type. The cable reel and crane control system shall be configured to properly interface and communicate to allow for fault and diagnostic monitoring. The slip ring shall include transparent inspection plates.
35. Section 6.1.4
Replace existing paragraph in its entirety with the following:
The cabin shall be safely accessible at all points of trolley travel including under the machinery house without use of portable ladders.
36. Section 6.16
Delete sections 6.16.2, 6.16.3, 6.16.4, and 6.15.5.
37. Section 8.18.3.2
Change the last sentence from “Equipment shall be subjected to applicable vibration tests and records shall be submitted to the Owner for review” to “Equipment shall be subjected to applicable vibration and alignment tests and records shall be submitted to the Owner for review.”
38. Add Section 10.1.7
Unless otherwise approved by Owner, ten (10) hard copies and three (3) electronic copies
of all documentation shall be furnished by Manufacturer.
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 15 OF 16
Drawings -
1. List of Drawings
A revised List of Drawings and copies of the listed Drawings are provided in Attachment C to this Addendum.
Bidder Questions � Question
“With regard to the bucket use on the crane, the RFQ suggests the manufacture of. Our engineers would like to know the detailed specification of the bucket.” □ Response
The bulk material grab characteristic that are important for the initial proposal are: - The larger of the two (2) bulk material grabs should be sized to provide maximum volume at
the lighter of the material densities provided in the Technical Specifications. - The smaller of the two (2) bulk material grabs should be sized to provide maximum volume at
the heavier of the material densities provided in the Technical Specifications. - The bulk material grabs should be provided with “environmental lips” (i.e., overlapping lips, lips
with replaceable, compressible seals, etc.) - The bulk material grabs should be provided with “spill plates” to limit overfilling of the grabs and
resulting loss of material during transfer.
� Question
“As the RFQ says, DSPC intends to procure both bulk material grab and container handling spreaders. We would like to know compared with spreader and grab, which one is used more frequently in your port.” □ Response
It is currently estimated that approximately 70% of our crane operating hours are container operations and approximately 30% are bucket operations.
DSPC PROJECT NO. 13-7803 ADDENDUM NO. 1 PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 16 OF 16
� Question
“For the option proposal "rope grab bucket", ZPMC proposes to use the electro-hydraulic clamshell bucket in lieu, is the "rope grab buck" a necessary in the crane? □ Response
It was anticipated that Vendor would provide a response for each and every item listed in the Cost Proposal portion of the Proposal Form. If Vendor elects to not provide response to a given item in the Cost Proposal portion of the Proposal Form, Vendor must indicate its election to not provide a response on the Statement of Exceptions Form included as Attachment 3 to the Proposal Form.
� Question
“By the way, for these two bucket manufactures 'Atlas and Anvil Attachments', did you have contact or coorperation before? Here we also list some well-known bucket manufactures for your reference:
NEMAG(Holland), MACK(USA), SMAG(Germany”
□ Response
DSPC does not have contacts for Atlas or Anvil Attachments. DSPC’s current inventory of buckets includes only Peiner and Verstegen. Vendors may submit alternate manufacturers for Owner’s consideration.
END OF ADDENDUM
Addendum No.1 Appendix A
Minutes of Mandatory Pre-Proposal Meeting (12 Pages)
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 1 OF 12
MINUTES OF MANDATORY PRE-PROPOSAL MEETING
Contract DSPC 13-7803
Procurement of Ship-to-Shore Gantry Cranes And Associated Cargo handling Equipment
March 5, 2014
1. Announcement of Meeting
The meeting was formally announced as the Mandatory Pre-Proposal Meeting for:
� Diamond State Port Corporation Contract DSPC 13-7803 Procurement of Ship-to-Shore Gantry Cranes and Associated Cargo handling Equipment
2. Introductions
The following DSPC and DSPC related personnel were introduced: � From Diamond State Port Corporation / Port of Wilmington:
- Gene Bailey (Executive Director) - Randall Horne (Director of Engineering & Maintenance) - Dan Myslinski (Port Engineer) - David Krygier (Project Engineer)
� From Paul F. Richardson Associates, Inc., Consultants to DSPC:
- Ed Zimny
� From Paul Bridges & Associates, Inc., Consultants to DSPC:
- Bill Hess 3. Sign-In Sheet
� It was noted that the meeting had been clearly advertised as a Mandatory Pre-Proposal meeting. Accordingly, Proposals will not be accepted from Vendors who do not have a representative signed in on the Pre-Proposal Sign-In Sheet.
� The email address entered on the Pre-Proposal Sign-In Sheet will be used for the distribution of all
official communications during the Proposal period.
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 2 OF 12
Attendees should clearly indicate an alternate name and email address for official communication if appropriate.
4. Proposal Schedule
The Proposal Schedule was reviewed as follows:
Activity Due Date
Mandatory Pre-bid Conference March 5, 2014
Written Questions Due March 21, 2014
Written Answers Issued March 28, 2014
Proposals Due 3:00 PM, April 4, 2014
Public Proposal Opening 3:00 PM, April 4, 2014
Proposal Evaluation/Presentations As required
Vendor Discussions and “Best & Final Offers” As required
Target Vendor Selection May16, 2014
5. Submission of Questions
� Questions regarding interpretation of the Request for Proposals must be submitted in writing.
� Only responses issued in the form of an Addendum will be considered valid and binding and should be used in the preparation of Proposals.
� Questions should be submitted to:
- Randall Horne (rhorne@port.state.de.us) - Dave Krygier (dkrygier@port.state.de.us) - Bill Hess (billhess@pbacorp.com)
6. Submission of Proposals and Proposal Opening
� Proposals are due on or before April 4, 2014, 3:00 PM EST at the address indicated in the Instructions to Vendors.
� Proposals will be opened publically at that time in the Board Room in the Administration Building of
the Diamond State Port Corporation.
� No information will be provided at the Proposal Opening other than the names of the Vendors submitting a Proposal. All information contained in the Proposals will be held confidential until a final award of the Contract is made.
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 3 OF 12
7. Proposal Security
The following must be submitted with Vendor’s Proposal:
� A Bid Bond in the amount of 10% of the larger of the Base Cost Proposal - Option 1 or Base Cost Proposal - Option 2.
� A Consent of Surety to issue the required Performance, Payment and Warranty Bonds. 8. Proposal Format
The required format of the Proposal response is clearly indicated in the Instruction to Vendors. Particular attention is drawn to the following:
� Statement of Exceptions
Vendors should clearly indicate in the Statement of Exceptions section of their Proposal anything in their offering that deviates from the specific requirements stated in the Request for Proposals (i.e., General Conditions, Special Conditions and Technical Specifications).
� Alternate Offerings
Vendors should clearly indicate in the Alternate Offerings section f their Proposal any offerings they propose in place of or in addition to the requirements specifically stated in the Request for Proposals (i.e., General Conditions, Special Conditions and Technical Specifications).
� Confidential Information
Vendors should clearly indicate in the Confidential Information section of their Proposal anything information in their offering that is business sensitive and required to remain confidential. The procedure for establishing the need for submitted information to remain confidential is clearly explained in the Instructions to Vendors.
9. Proposal Form
The Cost Proposal portion of the Proposal Form is formatted as follows:
� Base Cost Proposal – Option 1
- (2) Container handling cranes with the capability to operate with bulk material grabs; - (3) Spreaders; - (1) Large, Electro-Hydraulic Bulk Materials Grab; - (1) Small Electro-Hydraulic Bulk Materials Grab; and - (2) Hook Beams.
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 4 OF 12
� Base Cost Proposal – Option 2
- (2) Bulk material handling cranes with the capability to operate with container spreaders; ; - (3) Spreaders; - (1) Large, rope-driven Bulk Materials Grab; - (1) Small, rope-driven Bulk Materials Grab; and - (2) Hook Beams.
� Add Alternates
- (1) Spreader; and/or - (1) Large, Electro-Hydraulic Bulk Materials Grab; and/or - (1) Small Electro-Hydraulic Bulk Materials Grab; and/or - (1) Large, rope-driven Bulk Materials Grab; and/or - (1) Small rope-driven Bulk Materials Grab; and/or - (1) Bulk Mterials opper; and/or - (2) Bulk MterialsHoppers.
10. Discussion Delivery, Erection and Commissioning Areas and Options and Final Crane
Positioning
� Delivery, Erection and Commissioning Areas and Options
□ Drawings
- Drawings identifying the areas at the Port of Wilmington available to the Vendor for the delivery, erection and commissioning of the cranes will be issued with the First Addendum
□ Available Areas
- Berth 4 Area
The Beth 4 Area is an on-dock area approximately 450’ long parallel to the face of the dock and approximately 150’ deep. This area can be made available to the Vendor for delivery, erection and commissioning of the cranes without interruption.
- Approximately 4.5 Acre Off-Dock Parcel
This area can be made available to the Vendor for material storage, subassembly and/or full erection and commissioning of the cranes without interruption.
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 5 OF 12
The area is currently unimproved, but will be improved at Vendor’s request to meet Vendor’s needs.
� Final Crane Positioning
□ The final position of the two (2) new cranes will be between DSPC’s two (2) existing ship-to-
shore gantry cranes.
□ Accordingly, if the cranes are delivered pre-erected to the Berth 4 Area, either the new cranes or one of the existing cranes will need to be temporarily moved off of the dock in order to establish the final positioning.
□ If the cranes are delivered unassembled and subsequently erected on-site on the 4.5 acre off-
dock parcel, they will be able to be moved directly into their proper final position. 11. Vendor Questions
� Question -
Can the Proposal Due Date be extended?
Response -
DSPC is interested in receiving as many Proposals as possible and maintaining a competitive process. According, if Vendors would be precluded from submitting a Proposal because of the current established schedule, DSPC will consider extending the Proposal Due Date. However, DSPC must be able to complete final negotiations and be in a position to make a recommendation for award of the contrast to the DSPC Board of Directors at its regularly scheduled Board meeting on May 16, 2014. Any request for an extension of the Proposal Due date shall be mad in accordance with the procedure for submitting questions as described in Paragraph 5 above.
12. Site Tour
Following the formal Pre-Proposal Meeting, Vendors were taken on a tour of the facility. During the tour, the following specific areas/items were highlighted.
� The Berth 4 area; � The Approximately 4.5 Acre Off-Dock Parcel; � The limited clearance between the waterside crane rail and the existing bollards; and � One the more severe areas where the top of the crane rail sits below the elevation of the rail
pocket edge angle.
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 6 OF 12
13. Attachments
The following attachments are included
� Attachment 1 Pre-Proposal Meeting Sign-In Sheet
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 7 OF 12
ATTACHMENT 1
Pre-Proposal Meeting Sign-In Sheet
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 8 OF 12
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 9 OF 12
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 10 OF 12
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 11 OF 12
DSPC CONTRACT 13-7803 MINUTES OF PRE-PROPOSAL MEETING PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE 12 OF 12
Addendum No.1 Appendix B
Revised Special Conditions Appendix C Pages 1 and 2 (2 Pages)
STS Tech Specifications – Diamond State Port Corporation
DSCP CONTRACT 13-7803
PROCUREMENT OF SHIP-TO –SHORE GANTRY CRANES
AND ASSOCIATED CARGO HANDLING EQUIPMENT
APPENDIX C
This Appendix forms part of the Agreement.
SUPPLEMENT A-1 CRANE
CRANE EVENTS
SERIAL NOS. -
TYPE OF CRANE - Shore Based Multi-Purpose Gantry Crane.
FABRICATION SITE - __________
ERECTION SITE - LOCATION. The Crane will not be loaded on the vessel until execution
by the Manufacturer and Owner of the Pre-Shipment Request
Certificate in the form of Appendix D.
EARLIEST DATE FOR
CRANE POWER AT
PORT OF WILMINGTON, DELAWARE -
DELIVERY DATE -
COMPLETION OF PUNCH
LIST ITEMS - The Punch List Items shall be completed within six (6) weeks after the
Delivery Date.
CONTRACT PRICE -
LIQUIDATED DAMAGES - See Section 2.1.2 (Delivery Date/Late Delivery and Liquidated Damage)
OPTIONS INCLUDED
IN CONTRACT PRICE - To be defined at time of Contract
STS Tech Specifications – Diamond State Port Corporation
DSCP CONTRACT 13-7803
PROCUREMENT OF SHIP-TO –SHORE GANTRY CRANES
AND ASSOCIATED CARGO HANDLING EQUIPMENT
SUPPLEMENT A-2 CRANE
CRANE EVENTS
SERIAL NOS. -
TYPE OF CRANE - Shore Based Multi-Purpose Gantry Crane.
FABRICATION SITE - _______________________
ERECTION SITE - LOCATION. The Crane will not be loaded on the vessel until execution
by the Manufacturer and Owner of the Pre-Shipment Request
Certificate in the form of Appendix D.
EARLIEST DATE FOR
CRANE POWER AT
PORT OF WILMINGTON, DELAWARE -
DELIVERY DATE -
COMPLETION OF PUNCH
LIST ITEMS - The Punch List Items shall be completed within six (6) weeks after the
Delivery Date.
CONTRACT PRICE -
LIQUIDATED DAMAGES - See Section 2.1.2 (Delivery Date/Late Delivery and Liquidated Damage)
OPTIONS INCLUDED
IN CONTRACT PRICE - To be defined at time of Contract
DSPC CONTRACT 13-7803 LIST OF DRAWINGS PROCUREMENT OF SHIP-TO-SHORE GANTRY CRANES AND ASSOCIATED CARGO HANDLING EQUIPMENT PAGE LOD-1 of 1
List of Drawings
The following Drawings are provided: Drawing Number: 13-7803-1 Title: Plan – Site Location Plan and Overall Site Plan Date: March 17, 2014 Drawing Number: 13-7803-2 Title: Plan – Enlarged Site plans Date: March 17, 2014 Drawing Number: 13-7803-3 Title: Sections and Details – Typical Berth Section and Rail Pocket Details Date: March 17, 2014
Recommended