+ All Categories
Home > Documents > equipment and maintenance of it will be the proposer’s ...

equipment and maintenance of it will be the proposer’s ...

Date post: 30-Jan-2022
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
11
Specialty Services for Purchase, Lease, or Lease/Purchase of Intercity Railroad Passenger Cars and Contract for Associated Maintenance Services QA1 REQ #1461 Excerpted from Pre-Proposal Meeting held on March 12, 2014 Question 1: The Request for Proposal Cover Sheet refers to Consultant; however, many of us are manufacturers or other industry classifications. Answer 1: In MDOT terminology, Consultant is intended to refer to any firm which is not a roadway contractor. Question 2: Can we refer to the respondent and subcontractors in describing our organization? Answer 2: This is acceptable. Question 3: Bookmarking format: Where do we provide the technical description of our equipment? Answer 3: The bookmarking format is provided as a guideline only. MDOT would like to receive proposals that enable us to score according to the selection criteria defined on pages 9 and 10 of the scope and provide the information requested on pages 11 and 12. Question 4: The title of the scope identifies “Purchase, Lease, or Lease/Purchase. Can the proposer respond with just a lease or just a purchase proposal? Answer 4: Yes. MDOT is seeking proposals which provide the best value to MDOT and will consider any of the three alternatives. Question 5: Page 1 of Form 5100B mentions DBE. Is DBE content required? Answer 5: As indicated on page 1 of the scope, a DBE requirement does not apply to this contract. Question 6: The RFP does not address the construction of a maintenance facility. As a facility is required to provide maintenance in Pontiac, how does the proposer present a price for providing a maintenance facility? Answer 6: Under this RFP, MDOT is seeking to procure the use of rail cars and their maintenance over a nominal 40 month period. MDOT is not seeking to take title to a maintenance facility. The bid sheet for Proposal B includes a line item for Mobilization. In addition, the monthly maintenance price per car includes both fixed and variable portions, allowing the proposer to allocate costs, so as to provide a proposal which provides benefit to MDOT. Question 7: As noted on page 2, Amtrak currently uses three consists to operate the Wolverine train service; however, this procurement requires the proposer to offer a minimum of two full train sets plus spares. If Amtrak provides a protect or spare trainset, who is responsible for its cost? Answer 7: The propose r’s equipment and maintenance of it will be the proposer’s responsibility; Amtraks equipment and maintenance of it will be Amtrak’s
Transcript

Specialty Services for Purchase, Lease, or Lease/Purchase of Intercity Railroad

Passenger Cars and Contract for Associated Maintenance Services QA1 REQ #1461

Excerpted from Pre-Proposal Meeting held on March 12, 2014

Question 1: The Request for Proposal Cover Sheet refers to Consultant; however, many of us

are manufacturers or other industry classifications. Answer 1: In MDOT terminology, Consultant is intended to refer to any firm which is

not a roadway contractor.

Question 2: Can we refer to the respondent and subcontractors in describing our organization? Answer 2: This is acceptable.

Question 3: Bookmarking format: Where do we provide the technical description of our

equipment?

Answer 3: The bookmarking format is provided as a guideline only. MDOT would like

to receive proposals that enable us to score according to the selection criteria

defined on pages 9 and 10 of the scope and provide the information requested

on pages 11 and 12.

Question 4: The title of the scope identifies “Purchase, Lease, or Lease/Purchase. Can the proposer respond with just a lease or just a purchase proposal?

Answer 4: Yes. MDOT is seeking proposals which provide the best value to MDOT and

will consider any of the three alternatives.

Question 5: Page 1 of Form 5100B mentions DBE. Is DBE content required? Answer 5: As indicated on page 1 of the scope, a DBE requirement does not apply to

this contract.

Question 6: The RFP does not address the construction of a maintenance facility. As a facility

is required to provide maintenance in Pontiac, how does the proposer present a price for providing a maintenance facility?

Answer 6: Under this RFP, MDOT is seeking to procure the use of rail cars and their

maintenance over a nominal 40 month period. MDOT is not seeking to take

title to a maintenance facility. The bid sheet for Proposal B includes a line

item for Mobilization. In addition, the monthly maintenance price per car

includes both fixed and variable portions, allowing the proposer to allocate

costs, so as to provide a proposal which provides benefit to MDOT.

Question 7: As noted on page 2, Amtrak currently uses three consists to operate the Wolverine

train service; however, this procurement requires the proposer to offer a minimum of two full train sets plus spares. If Amtrak provides a protect or spare trainset,

who is responsible for its cost? Answer 7: The proposer’s equipment and maintenance of it will be the proposer’s

responsibility; Amtrak’s equipment and maintenance of it will be Amtrak’s

responsibility with MDOT being charged in the MDOT/Amtrak operating

agreement.

Question 8: Does the business class seating have to be in the café car or can the 90/10 percent

ratio be met by other seating arrangements? Answer 8: The business class seating does not have to be in the café car; other seating

arrangements are acceptable to achieve the 90/10 percent ratio.

Question 9: Page 3 of the Scope refers to “intercity passenger cars” and “suitable for intercity

service.” Will MDOT consider commuter cars? Answer 9: MDOT is seeking to procure the use of intercity equipment that is at least as

comfortable as the Amtrak equipment in current use. MDOT does not

anticipate equipment with commuter features will be scored as highly as

equipment with intercity features under the “Equipment Characteristics”

selection criteria.

Question 10: Page 4 of the Scope makes the contractor “responsible for all costs associated

with the FRA-mandated testing required to achieve qualification to operate the equipment at 110 mph in the high speed portions of the Detroit-Pontiac corridor.”

Can MDOT clarify this requirement, specifically addressing the required tests, whether or not testing is required over the entire corridor, and whether simulation will be allowed?

Answer 10: Note that MDOT requires that the equipment be qualified for operation at

110 mph and 5-inches of cant deficiency. The equipment shall be qualified

for operation in accordance with all FRA regulations; qualification of the

equipment for 110 mph and 5-inches of cant deficiency is to be achieved in

accordance with the requirements set forth in 49 CFR 213.345. The

regulation allows use of simulations in lieu of instrumented wheelset testing

under narrowly-defined conditions. If the proposer wishes to use simulations

in lieu of testing, the proposer must justify why it believes it meets these

conditions in its proposal. For circumstances where physical route testing is

required, proposers should assume that testing would be limited to those

segments of the Chicago – Pontiac route which operate at speeds in excess of

90 mph. Proposers are also reminded of the separate requirements for pre-

revenue route testing per 49 CFR 238.111. Question 11: Routine servicing and maintenance activities on page 5 of the scope do not

identify provisioning of the Café Cars. Who is responsible for this function? Answer 11: Amtrak will be responsible for this function and the cost will be paid by

MDOT.

Question 12: Most existing bi-level passenger cars comply with the clearance requirements of

AAR Plate C. Is a Plate C car acceptable for this procurement? Answer 12: Cars supplied shall meet the following clearance requirements. Amtrak

Clearance Diagram D 05-1335, Rev. E (Filename: 05-1355_rE_s1-3.pdf) shall

apply for single-level cars; Amtrak Clearance Diagram, Bi-Level Pass. Car

066-00050, Rev. C (Filename 066-00050_REV_C.PDF), shall apply for bi-

level, multi-level and gallery cars.

Question 13: Are there any other requirements for clearance for operating in the Wolverine Corridor service?

Answer 13: The proposer shall be responsible for discussing the characteristics of its

proposed equipment with Amtrak and identifying any concerns that may

exist with respect to clearances, train lengths or other matters associated

with the Chicago – Pontiac route. The proposer shall report the results of

these discussions in its proposal. If concerns exist as a result of these

discussions, the proposer shall identify the areas of concern and present a

plan for correcting the identified problems or mitigating their effects.

Question 14: What is meant by “Amtrak certified” on page 4 of the scope? Answer 14: Amtrak will operate the passenger coaches provided under this procurement

in Wolverine service using Amtrak power. The passenger coaches must be

Part 238 compliant and employ MU, power, and communication cable

interfaces that are compatible with Amtrak’s locomotives.

Question 15: Clarify proposer responsibility for turnaround servicing performed by Amtrak in

Chicago as noted on pages 4 and 5 of the scope?

Answer 15: It is anticipated that Amtrak will perform servicing and maintenance as

necessary to turn the equipment in Chicago at Amtrak facilities. The

proposer will be responsible to pay for such services provided by Amtrak.

Alternatively, the proposer may propose a strategy to perform turnaround

services in Chicago.

Question 16: Will Amtrak perform toilet servicing in Chicago?

Answer 16: It is anticipated that Amtrak will perform toilet servicing in Chicago as part

of its turnaround services.

Question 17: Will Amtrak restock food for the Café Car? Answer 17: Yes. Amtrak will provide and bear the cost for food restocking for the Café

Car.

Question 18: Is the proposer responsible for replacement parts?

Answer 18: The proposer is responsible for all parts and labor necessary to keep the

passenger cars in a state of good repair and compliant with all FRA

regulations during the lease period.

Question 19: Must the proposer furnish and maintain a maintenance management system or

should data be provided to Amtrak? Answer 19: The proposer shall provide its own maintenance management system. The

system shall be compatible with Amtrak’s maintenance management system. Question 20: Who is responsible for locomotive maintenance?

Answer 20: Under the base proposal, Amtrak will be responsible for the maintenance of

its locomotives. As an option, MDOT has requested that the proposer offer a

quote to provide and install consumables and fuel for Amtrak locomotives.

Question 21: Routine servicing and maintenance activities include repairs of minor damage and vandalism as noted on page 5 of the Scope. Vandalism can run the gamut damage to total destruction of a car. Suggest a limit of $5,000. Will MDOT consider

limiting the liability of the proposer on this issue? Answer 21: Proposer shall assume responsibility for the repair of any damage or

vandalism incurred while the equipment is in his control. MDOT or Amtrak

shall pay the proposer for costs incurred in repairing any damage or

vandalism incurred while the equipment is in the control of Amtrak.

Question 22: Can MDOT clarify what is meant by 98% availability?

Answer 22: Cars shall be supplied at originating terminals in ready-to-operate condition

in accordance with all regulations and with all on-board systems functioning

to meet revenue service requirements for a minimum of 98% of the

scheduled trips. The following shall constitute “failures” against this

requirement: 1) Cars unavailable for dispatch to scheduled service at the

originating shop location due to technical faults or delays in servicing that

are under the proposer’s control; and 2) Enroute car failures which cause

train cancellation or train delays in excess of 30 minutes of the schedule.

Penalties for other types of failures (e.g., partial or complete failure of HVAC

on a car while enroute) shall be established during contract negotiations.

Penalties will not be imposed in cases where delays beyond the proposer’s

control impact the servicing and maintenance of equipment (e.g., late

inbound train arrival provides insufficient time for servicing outbound

equipment). The definition of “insufficient time” shall be established during

contract negotiations.

Question 23: What is the time and distance from the Pontiac Amtrak Station to the Pontiac

maintenance facility?

Answer 23: This will depend on the proposer’s solution to siting a maintenance facility.

Question 24: What is intended by “total, fixed and variable cost” in the Proposer Bid Sheet for Proposal B?

Answer 24: It is anticipated that some portion of the monthly maintenance cost per car

will vary with the actual vehicle miles traveled. In order to be fair to both

parties, MDOT has requested that the proposer break his monthly price per

car into a fixed component and a variable component. The variable

component will be subject to adjustment upward or downward based on

train mile statistics presented on page 2 of the scope.

Question 25: Is the compliance with the August 1, 2014 date for delivery of passenger cars and

start up of maintenance services a condition for a responsive proposal?

Answer 25: The dates presented in the ANTICIPATED PROJECT SCHEDULE,

represent MDOT’s anticipation of what could be achieved. Proposers are

directed to make adjustments as necessary to present what they can do with

their resources.

Question 26: The RFP does not identify the provision or cost of insurance. What is required? Answer 26: MDOT is evaluating this question and will respond shortly.

Question 27: What is MDOT’s intent with the Technical Proposal/Presentation of the

PROPOSAL SELECTION CRITERIA? Answer 27: MDOT anticipates that the proposers will provide proposal documentation

on March 31, 2014 that presents the characteristics and performance of the

passenger equipment and the plan to provide maintenance services. An

initial scoring will be made based on this proposal. If further clarification is

necessary to understand the proposal content or make a selection, MDOT

will request a Technical Proposal/Presentation to obtain necessary

information. The scoring will be expanded as shown in the RFP document.

Question 28: What is the page limit of the proposal document?

Answer 28: The proposal submitted on March 31, 2014 must not exceed 20 pages

excluding forms, resumes, drawings, and photos.

Question 29: Tilt equipment does not readily fit the conventional car configuration quantities presented in the Proposer Bid Sheets. Can the proposer alter the bid sheet to

present the costs on the basis of married pairs? Answer 29: The proposer bid sheets have been configured so as to enable MDOT to

analyze and compare multiple options for obtaining passenger cars and

maintenance services. The proposer may present married pairs or

alternative strategies that enable such analysis. Care should be taken so that

the equipment descriptions and pricing can be readily correlated.

Question 30: Given the fixed proposal format and scoring, how can the proposer offer

innovative alternatives that provide for MDOT cost savings? Answer 30: The proposer’s base bid should provide the best value to the State of

Michigan and meet the intent of the selection criteria and scope.

TRACKTANGENT

TOP OF RAIL

.914m

1.219m

1.524m

.304 m

.609 m1'-0

4'-0

.304m

.609m2'-0 0

3'-0.914 m

2'-0

1.219 m4'-0

1.828 m

1.524 m5'-0

2.133 m6'-0

CENTER LINE OF TRACK

17'-0

8'-02.438 m

7'-0

2.743 m9'-0

3.352 m10'-0

3.048 m

11'-03.657 m

13'-0

12'-03.962 m

4.267 m14'-0

4.876 m

4.572 m15'-0

16'-05.180 m

5'-1.25"14'-2.5"

16-2"0'-0"

15-8.06"3'-11.68"

7'-0"5'-3"

5'-3"4'-4"

5'-1.25"2'-3.88"

4'-4"5'-1.25"

4'-10.25"1'-3.88"

1'-3.88"4'-8"

4'-8"

1'-1.56"

1'-1.56"

4'-2.25"

4'-2.25"0'-8.75"

0'-6.50"3'-10.50"

3'-9"

0'-6.50"

0-2.50"

3'-9"

3'-2.75"

1'-1.56"

0'-9.38"

2'-11"

0'-8"

2'-11"

3'-7"

R16'-2"

R1'-6"

A

6

B

C

5 4 3

D

REV. DRAWING NUMBER

6 5 4 3

ENGINEERING DEPARTMENTREPORT ALL CHANGES TO

DO NOT SCALE DRAWING

REFERENCE DRAWINGS

NEXT ASS'Y USED ON

2

Angles

Remove all burrs & break sharp edges. SHT.

1

TOLERANCESDate

Scale

A

B

C

2ZONELTR DESCRIPTION

REVISIONS

1DATE

D

APPR'D

PROGRAM

CLEARANCE DIAGRAMBI - LEVEL PASS. CAR

066-00050066-00050

K. TEMPLE B. PRICE

11/06/13 11/09/13

M. L. BURSHTIN

11/09/13

M. TROSINO

-

1 3

FILED AS 066-00050

PROJ 1577

D-1181172-12A-06-7577

C

CA - THIS DRAWING SUPERCEDES DRAWING A-06-7577 05/15/07 M. T.

LIST OF MATERIALCONFIDENTIALITY - CONTRACTORS SHALL KEEP CONFIDENTIAL ALL INFORMATION, DRAWINGS, SPECIFICATIONS, OR OTHER DATA FURNISHED BY AMTRAK, OR PREPARED BY THE CONTRACTOR, OR SUB-CONTRACTOR. THEY SHALL NOT DIVULGE OR USE SUCH INFORMATION, DRAWINGS, SPECIFICATIONS OR DATA FOR THE BENEFIT OF ANY OTHER PARTY. CONTRACTORS SHALL NOT IN ANY MANNER ADVERTISE OR PUBLISH THE FACT THAT THEY HAVE FURNISHED, OR CONTRACTED TO FURNISH, TO AMTRAK THE GOODS OR SERVICES HEREIN MENTIONED WITHOUT PRIOR WRITTEN CONSENT OF AMTRAK.

THE AMTRAK DRAWING IS THE GOVERNING DOCUMENT, AND SUPERSEDES ANY LIKEINFORMATION ON REFERENCE DRAWINGS, PART NUMBERS, SPECIFICATIONS, ETC.

Mechanical DepartmentBureau of Rolling Stock EngineeringNational Railroad Passenger Corporation

4001 Vandever Ave. Wilmington DE 19802

Decimals xx ± .03 xxx ± .010 ± 12°

Dimesions are ininches unlessotherwise specified.

STATIC OUTLINE

NOTES:

1. VEHICLES CONFORMING TO THIS DRAWING MAY OPERATE ONLY OVER SPECIFIC ROUTES APPROVED BY THE CLEARANCE ENGINEER OR APPROPRIATE OFFICIALS OF THE HOST RAILROAD. 2. ALL VERTICAL DIMENSIONS REPRESENT THE MAXIMUM EXCURSION OF THE EQUIPMENT, THEREFORE, THE CAR CONSTRUCTION OUTLINE MUST BE REDUCED TO ALLOW FOR WORN WHEELS, FULL VERTICAL TRAVEL OF THE SUSPENSION SYSTEM (INCLUDING FAILED CONDITION) AND FULL PASSENGER LOADING. 3. WHEN MEASURED ON LEVEL TANGENT TRACK THE HORIZONTAL DIMENSIONS SHOWN REPRESENT THE MAXIMUM STATIC CONDITIONS OF THE EQUIPMENT SUBJECT TO THE FOLLOWING REQUIREMENTS. A) HORIZONTAL DIMENSIONS ARE BASED ON AN OVERALL CAR LENGTH OF 85'-0" OVER BUFFERS AND TRUCK CENTER DISTANCE OF 59'-6". EQUIPMENT EXCEEDING THESE REQUIREMENTS MUST HAVE HORIZONTAL DIMENSIONS REDUCED ACCORDINGLY. B) A MAXIMUM OF 1.50" LATERAL PLAY (JOURNAL, WHEEL TO RAIL, BOLSTER, ETC.) IS ALLOWED. C) THE HORIZONTAL DIMENSIONS BETWEEN THE HEIGHTS OF 0'-2.50" AND 1'-1.50" ABOVE TOP OF RAIL REPRESENT THE MAXIMUM STATIC CONDITIONS OF TRUCK PARTS OR CARBODY PARTS LOCATED DIRECTLY OVER THE TRUCKS. ALL OTHER EQUIPMENT PROJECTIONS BETWEEN THESE HEIGHTS MUST BE CONSTRUCTED SO THAT THEY DO NOT SWING BEYOND THE STATICALLY PRESCRIBED LIMITS WHILE NEGOTIATING A 14° CURVE.

B - CHANGED_DYNAMIC_OUTLINE 05/23/13 -

C A3-A4 DYNAMIC OUTLINE VERTICAL DIMS REDUCED BY .75" 11/07/13 -

0'-5.69"0'-0"

16'-4.06"0'-7.50"

14'-0.38"5'-8.00"

2'-11.94"0'-4.44" 0'-5.82"

3'-0"

3'-3.88"0'-9.82" 0'-9.25"

4'-9.13" 4'-9.19"1'-0.32"

1'-0.25"4-11.44"

5'-2.88"2'-0.13"

4'-0.25"5'-3.69"

5'-5.44"4'-0.19"

5'-4.81"6'-9.81"

16'-4"0'-0"

4'-6.88"15'-6.31"

6'-9.75"5'-6.56"

2.0°ROLL

1.50LATERAL

TRACKTANGENT

TOP OF RAIL

1.219m1.828m6'-0

.304 m

.609 m1'-0

4'-0

1'-0.609m

2'-0 0

3'-0.914 m

2'-0

1.219 m4'-0

1.828 m

1.524 m5'-0

2.133 m6'-0

CENTER LINE OF TRACK

17'-0

8'-02.438 m

7'-0

2.743 m9'-0

3.352 m10'-0

3.048 m

11'-03.657 m

13'-0

12'-03.962 m

4.267 m14'-0

4.876 m

4.572 m15'-0

16'-05.180 m

A

6

B

C

5 4 3

D

REV. DRAWING NUMBER

6 5 4 3

ENGINEERING DEPARTMENTREPORT ALL CHANGES TO

DO NOT SCALE DRAWING

REFERENCE DRAWINGS

NEXT ASS'Y USED ON

2

Angles

Remove all burrs & break sharp edges. SHT.

1

TOLERANCESDate

Scale

A

B

C

2ZONELTR DESCRIPTION

REVISIONS

1DATE

D

APPR'D

PROGRAM

CLEARANCE DIAGRAMBI - LEVEL PASS. CAR

066-00050066-00050

K. TEMPLE B. PRICE

11/06/13 12/09/13

M. BURSHTIN

12/09/13

M. TROSINO

2 3

FILED AS 066-00050

PROJ.1577

SEE SHEET 1

C

C- SEE SHEET 1

LIST OF MATERIALCONFIDENTIALITY - CONTRACTORS SHALL KEEP CONFIDENTIAL ALL INFORMATION, DRAWINGS, SPECIFICATIONS, OR OTHER DATA FURNISHED BY AMTRAK, OR PREPARED BY THE CONTRACTOR, OR SUB-CONTRACTOR. THEY SHALL NOT DIVULGE OR USE SUCH INFORMATION, DRAWINGS, SPECIFICATIONS OR DATA FOR THE BENEFIT OF ANY OTHER PARTY. CONTRACTORS SHALL NOT IN ANY MANNER ADVERTISE OR PUBLISH THE FACT THAT THEY HAVE FURNISHED, OR CONTRACTED TO FURNISH, TO AMTRAK THE GOODS OR SERVICES HEREIN MENTIONED WITHOUT PRIOR WRITTEN CONSENT OF AMTRAK.

THE AMTRAK DRAWING IS THE GOVERNING DOCUMENT, AND SUPERSEDES ANY LIKEINFORMATION ON REFERENCE DRAWINGS, PART NUMBERS, SPECIFICATIONS, ETC.

Mechanical DepartmentBureau of Rolling Stock EngineeringNational Railroad Passenger Corporation

4001 Vandever Ave. Wilmington DE 19802

Decimals xx ± .03 xxx ± .010 ± 12°

Dimesions are ininches unlessotherwise specified.

DYNAMIC OUTLINE

NOTES:

1. THIS DRAWING REPRESENTS THE DYNAMIC RANGE OF MOTION OF THEVEHICLE AND IS NOT TO BE USED AS THE STATIC CONSTRUCTION OUTLINE OF THEVEHICLE.

2. CLEARANCE OUTLINE IS REFERENCED TO PLANE OF TOP OF RAILS, FORTRACK WITH AND WITHOUT SUPERELEVATION.

3. VEHICLE MUST REMAIN WITHIN THIS OUTLINE UNDER ALL CONDITIONS,INCLUDING LATERAL AND VERTICAL MOVEMENT OF THE VEHICLE ON ITSSUSPENSION, ROLL INDUCED BY UP TO 6" SUPERELEVATION (WITH THE VEHICLESTOPPED OR IN MOTION), ROLL INDUCED BY THE DESIGN CANT DEFICIENCY,RANGE OF MOTION OF TILT SYSTEM (IF SO EQUIPPED), NORMAL WEAR,VARIATIONS OF LOAD, FAILURE OF ANY SINGLE SUSPENSION COMPONENT ANDANY COMBINATION OF THESE CONDITIONS.

4. HORIZONTAL DIMENSIONS OF CLEARANCE OUTLINE BETWEEN 2.75" AND 13"ABOVE TOP OF RAIL MUST ALLOW FOR INSIDE AND OUTSIDE OVERHANG ON A12°-30' CURVE AS SHOWN ON SHEET 3 AND THE SHADED AREA OF SHEET 2. ALLCAR BODY STRUCTURE, EQUIPMENT AND APPLIANCES MUST REMAIN WITHINTHIS OUTLINE UNDER ALL CONDITIONS.

3'-3" 4'3'-9"3'-6"3'-2"

12'

9'

6'

3'

C CAR (LATERAL) C TRUCKC TRUCK12'-9.00"

38.40"

1'

40.99" 40.30" 39.72" 39.25"

59'-6.00"

38.88"

38.41"

6'8'

10'12'

14'16'

18'20'

22'24'

85'-0"

48.77" 47.34" 46.01" 44.80"43.69" 42.68"

12'-9.00"

50.00"

41.78"

28'

FOR 85'-0" CAR WITH 59'-6" TRUCK CENTERSSEE SHEET 2, NOTE 4

TANGENT OFFSETS

29'-9.00"

26'

C CAR(LONGITUDINAL)

A

6

B

C

5 4 3

D

REV. DRAWING NUMBER

6 5 4 3

ENGINEERING DEPARTMENTREPORT ALL CHANGES TO

DO NOT SCALE DRAWING

REFERENCE DRAWINGS

NEXT ASS'Y USED ON

2

Angles

Remove all burrs & break sharp edges. SHT.

1

TOLERANCESChecked

Scale

A

B

C

2ZONELTR DESCRIPTION

REVISIONS

1DATE

D

APPR'D

PROGRAM

CLEARANCE DIAGRAMBI - LEVEL PASS. CAR

066-00050066-00050

K. TEMPLE B. PRICE

11/06/13 10/31/06

M. L. BURSHTIN

12/09/13

M. TROSINO

-

3 3

FILED AS 066-00050

PROJ. 1577

SEE SHEET 1

C

C- SEE SHEET 1

LIST OF MATERIALCONFIDENTIALITY - CONTRACTORS SHALL KEEP CONFIDENTIAL ALL INFORMATION, DRAWINGS, SPECIFICATIONS, OR OTHER DATA FURNISHED BY AMTRAK, OR PREPARED BY THE CONTRACTOR, OR SUB-CONTRACTOR. THEY SHALL NOT DIVULGE OR USE SUCH INFORMATION, DRAWINGS, SPECIFICATIONS OR DATA FOR THE BENEFIT OF ANY OTHER PARTY. CONTRACTORS SHALL NOT IN ANY MANNER ADVERTISE OR PUBLISH THE FACT THAT THEY HAVE FURNISHED, OR CONTRACTED TO FURNISH, TO AMTRAK THE GOODS OR SERVICES HEREIN MENTIONED WITHOUT PRIOR WRITTEN CONSENT OF AMTRAK.

THE AMTRAK DRAWING IS THE GOVERNING DOCUMENT, AND SUPERSEDES ANY LIKEINFORMATION ON REFERENCE DRAWINGS, PART NUMBERS, SPECIFICATIONS, ETC.

Mechanical DepartmentBureau of Rolling Stock EngineeringNational Railroad Passenger Corporation

4001 Vandever Ave. Wilmington DE 19802

Decimals xx ± .03 xxx ± .010 ± 12°

Dimesions are ininches unlessotherwise specified.


Recommended