addendum no. 2 tender no. 27-2017 … · section 3 - tender submission package pricing form...

20
Joanne Kehoe Manager Construction Services Michael Pacholok Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 March 3, 2017 Via website posting - 20 pages ADDENDUM NO. 2 TENDER NO. 27-2017 CONTRACT NO. 17ECS-LU-11SU RE: Watermain Replacement on Giltspur Drive from Jane Street to Northover Street. CLOSING DATE: 12:00 P.M. NOON LOCAL TIME, MARCH 8, 2017 Please refer to the above Tender Call document in your possession and be advised of the following: I. REVISIONS: A1.1 REVISED SECTION 3 TENDER SUBMISSION PACKAGE The entire Pricing Form, pages 3-11 to 3-19 of the Contract document, shall be replaced with the attached, noted as Addendum No. 2. Below is a summary of the changes: 1. Line item 12 Unit has been revised from "each" to "m" 2. Line item 12 Standard / Special Specification reference revised from SW303SS to SW302SS 3. Line item 13 Unit has been revised from "each" to "m³" 4. Line item 33 Unit has been revised from "m" to "each" 5. Line item 33 Standard / Special Specification reference revised to replace GN125SS with GN123SS 6. Line item 43 Standard / Special Specification reference revised from SP19 to SP20 7. Line items 18, 19, 20, 21, 22, 23, 24, 25, 26, 30, 31, 32, 34, 35, 36, 37, 38, 39, 40, and 41 - Standard / Special Specification reference revised to include GN121SS 8. Line items 28, 29, 37, 39, 40 and 41 - Standard / Special Specification reference revised to include GN123SS 9. Line items 30, 31 and 32 - Standard / Special Specification reference revised to replace SP20 with SP19 1 of 20

Upload: duongdiep

Post on 21-Aug-2018

224 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Joanne Kehoe

Manager Construction Services

Michael Pacholok Director

Purchasing and Materials Management Division City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2

March 3, 2017 Via website posting - 20 pages

ADDENDUM NO. 2

TENDER NO. 27-2017 CONTRACT NO. 17ECS-LU-11SU

RE: Watermain Replacement on Giltspur Drive from Jane Street to Northover Street.

CLOSING DATE: 12:00 P.M. NOON LOCAL TIME, MARCH 8, 2017

Please refer to the above Tender Call document in your possession and be advised of the

following:

I. REVISIONS:

A1.1 REVISED – SECTION 3 – TENDER SUBMISSION PACKAGE

The entire Pricing Form, pages 3-11 to 3-19 of the Contract document, shall be replaced

with the attached, noted as Addendum No. 2.

Below is a summary of the changes:

1. Line item 12 – Unit has been revised from "each" to "m"

2. Line item 12 – Standard / Special Specification reference revised from SW303SS to

SW302SS

3. Line item 13 – Unit has been revised from "each" to "m³"

4. Line item 33 – Unit has been revised from "m" to "each"

5. Line item 33 – Standard / Special Specification reference revised to replace GN125SS

with GN123SS

6. Line item 43 – Standard / Special Specification reference revised from SP19 to SP20

7. Line items 18, 19, 20, 21, 22, 23, 24, 25, 26, 30, 31, 32, 34, 35, 36, 37, 38, 39, 40, and

41 - Standard / Special Specification reference revised to include GN121SS

8. Line items 28, 29, 37, 39, 40 and 41 - Standard / Special Specification reference

revised to include GN123SS

9. Line items 30, 31 and 32 - Standard / Special Specification reference revised to

replace SP20 with SP19

1 of 20

Page 2: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

A1.2 REVISED – SECTION 4A – SPECIAL SPECIFICATIONS

1. Revise 8. Restoration Work – GN121SS

Paragraph eight (8), twenty-four (24) and twenty-six (26) have been modified. Pages

4-7 to 4-9 of the Contract document shall be replaced with the attached.

2. Revise 26. Cleanouts – SW306SS

Paragraph two (2) has been modified. Replace page 4A-26 of the Contract document

with the attached.

3. Revise 52.Test Pits to Expose and Verify Existing Utilities - GN122SP

Paragraph three (3) bullet eight (8) has been modified. Replace page 4A-55 of the

Contract document with the attached.

4. Revise 53. Watermain Installation - WM201SP

Paragraph seven (7) has been modified. Replace page 4A-61 of the Contract

document with the attached.

5. Revise 54. Water Service Installation - WM203SP

Paragraph twenty-one (21) has been modified. Replace page 4A-70 of the Contract

document with the attached.

6. Revise 68. Remove Existing Tee or Cross and Replace with Filler Piece or Tee – SP8

Paragraph two (2) bullet five (5) has been modified. Replaced page 4A-91 of the

Contract document with the attached.

II. CLARIFICATIONS:

1. Q: The drawing indicates that work must be done in the TPZ’s, what additional measures

are required by Urban Forestry to allow excavation of pits in this zone? Will the successful

bidder need to hire an Arborist?

A: Excavation within the vicinity of tree roots and vegetation must be undertaken by hand

digging / hydrovaccuum excavation. There is no requirement for the successful proponent

to hire an arborist under this contract.

2. Q: Item 43 – Supplemental cost for the restoration of hard surfaces (gravel, asphalt,

interlock brick, concrete pavers, and retaining walls) in the vicinity of water service

replacements – 7 each; Typically these things are not measured with the same units, and

the drawings do not show the location of all water services. Until the area within the TPZ

is excavated and direction given as to how the successful bidder may proceed it is not

reasonable to call for a lump sum price for this work. Why is the restoration not broken up

into individual measurements?

2 of 20

Page 3: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

A: Water service locations are identified on the contract drawings. Restoration costs are

to be included in the water service replacement cost. Seven (7) water service locations

have been identified in driveways requiring hard surface restoration. Item 43 is a

supplemental item to account for the restoration of these locations. Special Specification

80 speaks specifically to this item.

3. Q: In reference to Item 33, Hot ‘Tapping’ can be referred to as either ‘tapping sleeve and

valve’ or ‘insertion method’. Please clarify definition and unit of measurement.

A: Hot 'Tapping' refers to an insertion valve. The unit of measurement has been revised

as per A.1.1.4 above.

4. Q: Please see the contract drawings that refers to a 200mm tapping sleeve and valve at

Jane St and 2-150mm tapping sleeve and valves at Northover St and Peterdale Rd,

generally there would be a separate pay item for these connection, please advise.

A: Payment of these items is under Item 23 – Connect new watermain to existing

watermain, (all sizes) complete.

Should you have any questions regarding this addendum, contact Joan Blake by email at

[email protected]

Please attach this addendum to your RFT document and be governed accordingly. Bidders must

acknowledge receipt of all addenda on the space provided on the Tender Call Cover Page as per

Section 1 – Tender Process Terms and Conditions, Item 8 - Addenda of the RFT document. All

other aspects of the RFT remain the same.

Yours truly,

Joanne Kehoe

Manager, Construction Services

Purchasing and Materials Management

3 of 20

Page 4: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

Part A GENERAL

1 Payment for bonds lump sum

$_________ 1.00

$___________

2 Payment for all insurance lump sum

$_________ 1.00

$___________

3 Mobilization and demobilization lump sum

$_________ 1.00

$___________

4 GN101SP Supply, install and manage "Capital Improvement Project Construction Sign" as per contract documents

each$_________

6.00$___________

5 TS 1.10 Supply, install and maintain field office for the City staff

each$_________

1.00$___________

6 TS 1.00 / GN105SS / RD420SS / GN102SP

Provide traffic control for maintenance of traffic as per Ontario Traffic Manual (OTM) Book 7 Temporary Conditions

lump sum

$_________ 1.00

$___________

7 Toronto Tree Protection Policy and Specifications for Construction Near Trees

Barrier for tree protection m$_________

706.00$___________Toronto

Urban Forestry Detail TP-1

8 SP5 Provision of as-constructed survey and as-built drawings

lump sum

$_________ 1.00

$___________

9 TS 5.00/TS 5.10/ SP14

Supply and place 100 mm topsoil and No. 1 nursery sod, unstaked

m2$_________

1.00$___________

10 GN122SP Construct test pits to determine location and depth of utilities - backfill with select native or granular as directed by the Contract Administrator; soft surfaces

each$_________

5.00$___________

11 TS 13.10 / GN122SP

Construct test pits to determine location and depth of utilities - backfill with unshrinkable fill as directed by the Contract Administrator; hard surfaces

each$_________

16.00$___________

12 SW302SS Additional flushing and cleaning to remove excess debris from sewers

m$_________

1 660.00$___________

13 SW305SP Trench Stabilization m3$_________

1 37.00$___________

Total For Part A GENERAL

Part B MAJOR ROADS

Total For Part B MAJOR ROADS

Part C LOCAL ROADS

Section I Sewer

Mar 02, 2017 11 Page 3 - Addendum No. 2, TCN 27-2017

4 of 20

dcorone
Text Box
2
dcorone
Sticky Note
Unmarked set by dcorone
dcorone
Text Box
2
Page 5: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

14 TS 409 / SW302SS

Clean, flush and video sanitary and storm sewers and maintenance holes - before construction

m$_________

2,634.00$___________

15 TS 409 / SW302SS

Clean, flush and video sanitary and storm sewers and maintenance holes - after construction

m$_________

2,634.00$___________

16 OPSS 1860 Supply, install, maintain and remove temporary Class 1 non-woven geotextile fabric silt control for catchbasins

each$_________

35.00$___________

17 SW303SS Clean out existing catchbasins and sumps - all sizes

each$_________

35.00$___________

Total For Section I Sewer

Section II Watermain

18 TS 510 / WM209SS / GN121SS

Break down chambers (all sizes) to 1.2 m below grade including backfill with select native or granular; soft surfaces

each$_________

1 17.00$___________

19 TS 510/TS 13.10 / WM209SS / GN121SS

Break down chambers (all sizes) to 1.2 m below grade including backfill with unshrinkable fill material; hard surfaces

each$_________

1 7.00$___________

20 TS 510/TS 401/TS 7.30/OPSS 492/ SP7 / GN121SS

Cut and cap the existing watermain ends (all sizes)

each$_________

1 11.00$___________

21 TS 510/ SP8 / GN121SS

Remove existing tee / cross connection from existing watermain and replace with filler piece (all types and sizes)

each$_________

1 2.00$___________

22 TS 510 / GN121SS

Remove fire hydrant including valve box and capping end

each$_________

1 11.00$___________

23 TS 7.22/TS 7.30/TS 7.40/TS 7.70/TS 401/TS 441/TS 518 / WM204SS / WM209SS / WM211SS / WM201SP / GN121SS

Connect new watermain to existing watermain, (all sizes) complete

each$_________

1 12.00$___________T-1104.03/T

-1104.03-1/T-1104.03-2/T-1104.03-3/T-1104.03-4/T-1107.04-3/T-1107.04-4

Mar 02, 2017 12 Page 3 - Addendum No. 2, TCN 27-2017

5 of 20

dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
Page 6: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

24 TS 7.30/TS 7.22/TS 7.40/TS 401/TS 441/TS 518 / WM202SS / WM209SS / WM211SS / GN121SS

Supply and install new hydrant, complete

each$_________

1 11.00$___________T-1105.01/T

-1103.01/T-1103.020/T-1106.04

25 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM209SS / WM211SS / WM201SP / GN121SS

Supply and install 150 mm gate valve and valve box

each$_________

1 17.00$___________T-1101.02-2

/T-1106.04

26 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM209SS / WM211SS / WM201SP / GN121SS

Supply and install 200 mm gate valve and valve box

each$_________

1 19.00$___________T-1101.02-2

/T-1106.04

27 WM201SP Supply and install Styrofoam insulation (T-708.01-4 Case ' A' and 'B') - 50 mm thick

m2$_________

1 229.00$___________

T-708.01-4

28 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM204SS / WM209SS / WM211SS / WM201SP / GN123SS

Looping of proposed watermain / water service / fire hydrant lead to avoid conflict with utility or service not shown on drawings - 150 mm diameter pipe (Provisional)

each$_________

1 15.00$___________

29 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM204SS / WM209SS / WM211SS / WM201SP / GN123SS

Looping of proposed watermain / water service to avoid conflict with utility or service not shown on drawings - 200 mm diameter pipe (Provisional)

each$_________

1 5.00$___________

Mar 02, 2017 13 Page 3 - Addendum No. 2, TCN 27-2017

6 of 20

dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
dcorone
Text Box
2
dcorone
Text Box
2
Page 7: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

30 TS 7.70/TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ SP16 / SP19 / WM208SS / WM209SS / WM211SS / WM201SP / GN121SS

Supply and install 150 mm PVC pressure pipe, CL 305, DR14, within boulevard

m$_________

1 21.00$___________T-1103.01/T

-1103.020/T-1103.020-2/T-1104.03-3/T-1105.02-1/T-1105.02-2/T-1106.04/T-1104.03-4

31 TS 7.70/TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ SP16 / SP19 / WM208SS / WM209SS / WM211SS / WM201SP / GN121SS

Supply and install 150 mm PVC pressure pipe, CL 305, DR14, within roadway

m$_________

1 102.00$___________T-1103.01/T

-1103.020/T-1103.020-2/T-1104.03-3/T-1105.02-1/T-1105.02-2/T-1106.04/T-1104.03-4

32 TS 7.70/TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ SP16 / SP19 / WM208SS / WM209SS / WM211SS / WM201SP / GN121SS

Supply and install 200 mm PVC pressure pipe, CL 305, DR14, within roadway

m$_________

1 1,072.00$___________T-1103.020-

2/T-1104.03-3/T-1105.02-1/T-1105.02-2/T-1106.04/T-1103.01/T-1103.020/T-1104.03-4

33 GN123SS Hot Tap Valve 200 mm gate valve (Provisional)

each$_________

1 1.00$___________

Total For Section II Watermain

Section III Water Services

34 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM205SS / WM209SS / WM211SS / WM203SP / WM208SS / GN121SS

Supply and install 19 mm diameter copper water service connections to the property line, greater than 8 m in length, complete

each$_________

1 79.00$___________

T-1104-01

Mar 02, 2017 14 Page 3 - Addendum No. 2, TCN 27-2017

7 of 20

dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
Page 8: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

35 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM205SS / WM209SS / WM211SS / WM203SP / WM208SS / GN121SS

Supply and install 19 mm diameter copper water service connections to the property line, up to 8 m in length, complete

each$_________

1 55.00$___________

T-1104-01

36 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM205SS / WM209SS / WM211SS / WM203SP / WM208SS / GN121SS

Supply and install 25 mm diameter copper water service connections to the property line, up to 8 m in length, complete

each$_________

1 1.00$___________

T-1104-01

37 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM205SS / WM209SS / WM211SS / WM203SP / WM208SS / GN121SS / GN123SS

Supply and install 25 mm diameter copper water service connections to the property line, greater than 8 m in length, complete (Provisional)

each$_________

1 5.00$___________

T-1104-01

38 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM209SS / WM211SS/ WM203SP / GN121SS

Trim and reconnect existing 19 mm diameter copper pipe service to new watermain, including any necessary copper pipe to complete installation

each$_________

1 11.00$___________

T-1104-01

Mar 02, 2017 15 Page 3 - Addendum No. 2, TCN 27-2017

8 of 20

dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
Page 9: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

39 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM209SS / WM211SS/ WM203SP / WM205SS / GN121SS / GN123SS

Extend and reconnect existing 19 mm diameter copper pipe service to new watermain, including any necessary copper pipe to complete installation (Provisional)

each$_________

1 5.00$___________

T-1104-01

40 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / WM209SS / WM211SS / WM203SP / WM205SS / GN121SS / GN123SS

Trim and reconnect existing 25 mm diameter copper pipe service to new watermain, including any necessary copper pipe to complete installation (Provisional)

each$_________

1 5.00$___________

T-1104-01

41 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518 / GN121SS / GN123SS

Extend and reconnect existing 25 mm diameter copper pipe service to new watermain, including any necessary copper pipe to complete installation (Provisional)

each$_________

1 5.00$___________

T-1104-01

42 WM206SP Test pit to investigate condition of water service

each$_________

68.00$___________

43 SP20 Supplemental cost for the restoration of hard surfaces (gravel, asphalt, interlock brick, concrete pavers, and retaining walls) in the vicinity of water service replacements

each$_________

1 7.00$___________

44 TS 3.70 / TS 1350

Remove and replace concrete sidewalk, including excavation and grading, in the vicinity of relocated curb stops - all thicknesses

m2$_________

170.00$___________T-310.010-1

/ T-310.010-2 / T-310.010-5 / T-310.010-6 / T-310.010-7 / T-310.010-9

Total For Section III Water Services

Section IV Roadworks

Subsection 1 Utility Cut Restoration

Mar 02, 2017 16 Page 3 - Addendum No. 2, TCN 27-2017

9 of 20

dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
dcorone
Text Box
2
Page 10: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

45 TS 510 / GN106SS

Remove asphalt boulevard and driveway - all thicknesses

m2$_________

33.50$___________

46 TS 510 / GN106SS

Remove concrete/asphalt curb, curb and gutter, all types

m$_________

76.00$___________

47 TS 510 / GN106SS

Remove concrete or asphalt sidewalk, all thicknesses

m2$_________

124.00$___________

48 TS 3.30/TS 1010/ SP11

Construct residential asphalt driveway with 80 mm HL 3F (FINE) PG 58-28 surface course

m2$_________

33.50$___________

T-310.050-8

49 TS 1010/TS 3.50/TS 1350/ SP13 / GN106SS

Construct concrete curb m$_________

40.50$___________

T-600.11-1

50 TS 3.17/TS 3.50/TS 1350/ SP13 / GN106SS / RD407SS

Construct concrete curb and gutter m$_________

35.50$___________

T-600.05-1

51 TS 3.70/TS 1350 / GN106SS

Construct concrete sidewalk, including excavation and grading - 130 mm thick

m2$_________

124.00$___________T-310.010-1

/T-310.010-2/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-5

52 SP12 / GN125SS

Construct impressed asphalt boulevard, including excavation and grading - 80 mm HL3

m2$_________

11.00$___________

Total For Subsection 1 Utility Cut Restoration

53 TS 3.90/ SP11 / SP12 / GN106SS

Rout and seal joints and minor cracks in pavement, including construction limits

m$_________

1,218.00$___________

54 SP10 / SP11 / GN121SS / GN106SS / WM201SP

Supplemental cost for full depth removal and disposal of asbestos containing asphalt in general excavation for watermain or sewer trench, and utility and maintenance repairs

m2$_________

964.00$___________

55 TS 2.10/ SP11 / GN125SS / RD408SP

General excavation for utility and maintenance repairs

m3$_________

10.00$___________

T-216.02-9

56 TS 3.15/ SP10 / SP11

Cold milling asbestos containing asphalt pavement up to 40 mm depth in a Type 2 milling operation beyond watermain and sewer trench restoration area

m2$_________

1,028.00$___________

Mar 02, 2017 17 Page 3 - Addendum No. 2, TCN 27-2017

10 of 20

Page 11: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

57 TS 3.15/ SP10

Cold milling asphalt pavement up to 40 mm depth beyond watermain and sewer trench restoration area

m2$_________

768.00$___________

58 TS 501/TS 1010

Supply and place Granular A t$_________

3.00$___________

59 TS 501 / TS 1010/ SP11

Supply and place Granular B Type II for foundation, backfilling and other road applications

t$_________

11.00$___________

60 TS 1003 / TS 1101 / TS 3.10 / TS 310/ SP12 / RD416SS

Supply and place HL 1 with PGAC 64-28 - 40 mm depth

t$_________

12.00$___________

61 TS 1003 / TS 1101 / TS 3.10 / TS 310/ SP12 / RD416SS

Supply and place HL 3 with PGAC 58-28 - 40 mm depth

t$_________

670.00$___________

62 TS 310/TS 3.10/TS 1003/TS 1101/ SP12 / RD416SS

Supply and place HL 8 with PGAC 58-28

t$_________

8.00$___________

63 OPSS 710 / RD419SS

Supply and apply field reacted polymeric pavement marking, white or yellow, solid or skip line, 100 mm wide

m$_________

346.00$___________

64 OPSS 710 / RD419SS

Supply and apply field reacted polymeric pavement marking, solid white stop bar, 500 mm wide

m$_________

75.00$___________

65 OPSS 710 / RD419SS

Supply and apply polymeric pavement marking, white CB arrow

each$_________

35.00$___________

T-216.02-25

66 TS 810/ SP15 Supply and install 2.0 m x 9.0 m quadpole loop

each$_________

1.00$___________

67 TS 3.70 Supply and install tactile walking surface indicator - 610 mm width

m$_________

10.00$___________T-310.030-1

0/T-310.030-11

68 TS 4.60 / TS 3.15/ SP10 / SP11

Supplemental cost for cold wet milling and disposal of asphalt containing asbestos in relation to watermain and sewer trench resotration - 40 mm depth

m2$_________

1,150.00$___________

Total For Section IV Roadworks

Section V TTC

Total For Section V TTC

Total For Part C LOCAL ROADS

Part D LANEWAYS

Total For Part D LANEWAYS

Mar 02, 2017 18 Page 3 - Addendum No. 2, TCN 27-2017

11 of 20

Page 12: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 17ECS-LU-11SU

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.27-2017

Total Per Item

Part E CONTINGENCY

69 Contingency Allowance PS$407,000.00

1.00$407,000.00

Total For Part E CONTINGENCY

Summary of Tender Total

Part A GENERAL

Part B MAJOR ROADS

Part C LOCAL ROADS

Part D LANEWAYS

Part E CONTINGENCY

Total Bid Price = $X

Company GST/HST Registration number:

HST Amount (13%) = $Y

Total Amount of Tender Call = $X + $Y

Please indicate this amount on the Tender Call Cover Page next to "Amount of Tender Call Herein".

Mar 02, 2017 19 Page 3 - Addendum No. 2, TCN 27-2017

12 of 20

Page 13: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-7

All costs associated with this Work shall be included in all related items of Work. No separate

payment shall be made for costs incurred in obtaining utility locates.

8. Restoration Work - GN121SS

Supplementary Specification October 2016

Restoration of Driveways, Sidewalks and Private Walkways

Driveway thicknesses for residential, industrial and commercial properties shall be according to

T-310-050-8 using Granular A according to TS 1010 compacted to 100% of maximum dry

density.

For sidewalks and private walks, all trenches and excavations shall be restored with a 150 mm

depth of Granular A according to TS 1010 compacted to 100% of maximum dry density as the

sidewalk or walkway base.

All driveways and sidewalks shall be saw cut in a straight line. All asphalt or concrete driveways

shall be paved for the full width of the driveway so that driveways will have only one straight

joint. If short services are located within the asphalt or concrete driveway, the driveway shall be

paved from the service connection pit to the curb or from the connection pit to the back of

sidewalk, so that driveways will only have one straight joint.

Asphalt, concrete and interlocking stone driveways disturbed during construction shall be

restored to equal condition or better. Driveway concrete curbs, including curb returns, sidewalks

and private walkways impacted by construction shall be reconstructed to original condition or

better.

The Contractor shall permanently restore driveways (all types) and sidewalks (minimum three

bays) that will be affected due to the underground infrastructure construction.

Permanent restoration for these items shall be completed within three Working Days after the

completion of the construction.

All costs associated with this Work shall be included in the Contract Price for underground

infrastructure installation.

Boulevard Sodded Areas

Within sodded boulevards, all trenches and excavations backfilled with Granular B or select

native material as approved by the Contract Administrator, shall be restored with 100 mm

topsoil and sod according to TS 5.10 – Construction Specification for Growing Medium and TS

5.00 – Construction Specification for Sodding, respectively.

Addendum No. 2, TCN 27-2017

13 of 20

Page 14: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-8

All costs associated with this Work shall be included in the Contract Price for underground

infrastructure construction.

Restoration of Landscaping Features

Where retaining walls, fences or other landscaping features including river stone, gardens,

decorative rocks, vegetation, interlock stone or lock stone and unit pavers that could require

restoration and are fronting any lots the Contractor shall, if machine usage is not possible,

remove the existing sidewalk/boulevard by hand. If any damage occurs to the retaining wall,

fence or landscaping features during construction, then the Contractor shall repair it to its

original condition or better at no extra cost to the City.

Subdrains

The Contractor shall make permanent repairs to all existing subdrains to match existing

conditions or better.

All costs associated with this Work shall be included in the Contract Price for underground

infrastructure installation.

Retaining Wall

Any retaining wall or structure that could require reconstruction or replacement as a result of the

installation of the sanitary sewer laterals, storm sewer laterals or water services shall be

constructed to the original details, including foundation and new compacted granular backfill, to

the satisfaction of both the property owner and the Contract Administrator.

The Contractor shall review all existing retaining walls to determine the work necessary prior to

submitting a Bid.

All costs associated with this Work shall be included in the Contract Price for sanitary sewer

laterals, storm sewer laterals or water service installation.

Temporary Trench Restoration

Temporary restoration of trenches within roadways, driveways, sidewalks, and intersections

shall be completed within 24 hours after backfilling of the trench with unshrinkable fill according

to TS 13.10 – Construction Specification for Unshrinkable Fill with a minimum 40 mm lift of HL-8

asphalt to the top of existing asphalt surface for maintenance of traffic.

All costs for temporary trench restoration shall be included in the Contract Price for linear

underground infrastructure installation items.

Addendum No. 2, TCN 27-2017

14 of 20

Page 15: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-9

Permanent Trench Restoration

Within the paved roadway, all trenches and excavations shall be restored according to TS 4.60

– Construction Specification for Utility Cut and Restoration and according to the existing

roadway structure as indicated in the geotechnical report and the appropriate permanent trench

restoration detail as specified in the Contract Documents. The trench restoration shall include a

stepped joint for both composite and flexible pavements.

The permanent asphalt trench restoration thicknesses shall be the greater of the depths shown

in the Contract Documents, or match existing asphalt thickness.

The asphalt base course, concrete base, and edges of the existing pavement are to be tack

coated with SS-1 emulsified asphalt. Cost of supplying and application of the tack coat shall be

included.

The Contractor is advised that the City will not consider additional payment for the restoration of

any over breaks that might occur at the edges of the trenches. This work shall be included in the

Contract Price.

The Contractor shall permanently restore all roadways, concrete road base, curbs, curb and

gutters, driveways and sidewalks (from expansion joint to expansion joint, a minimum of three

bays). This work shall be included in the Contract Price when affected by underground

infrastructure installation. Separate payment shall be made for permanent top asphalt

restoration over the trench, utility adjustments and pavement marking

Supplemental costs for trench restoration when asphalt containing asbestos, composite

pavement over flexible pavement and concrete pavement over flexible pavement shall be paid

under the respective item.

When restored with concrete pavement, trench restoration shall include up to the top of

concrete. The width of trench shall cover the 0.6 metres plus the outer diameter of the pipe.

Permanent restoration of roadway asphalt pavement on each street shall be completed within

14 Working Days after the completion of the underground infrastructure installation on that

street unless otherwise approved by the Contract Administrator.

Basis of Payment

Payment for the milling and placement of permanent top asphalt restoration over the trench

rehabilitation including utility adjustments and pavement markings shall be paid separately

under the appropriate tender items.

Addendum No. 2, TCN 27-2017

15 of 20

Page 16: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-26

25. Private Side Sewer Service Replacement – SW304SS

Supplementary Specification October 2016

During the course of the replacement work for the sanitary sewer or storm sewer or both under

this Contract, the Contractor may be approached by individual property owners asking about

private sewer service replacement outside of the road allowance. Under no circumstances shall

the City be involved in negotiating, approving or administrating any pricing with regard to private

side sewer service replacement.

No extension of Contract Time will be permitted nor any delay claim will be considered by the

City if the Contactor elects to undertake this additional work.

All work carried out by the contractor on a private basis is strictly between the contractor and the

private property owner.

26. Cleanouts -– SW306SS

Supplementary Specification October 2016

Sanitary and storm service cleanouts shall be provided at street line for each sanitary and storm

service connection. Cleanouts should be installed as per T-708.01-5 and T-708.01-6.

Basis of Payment

The cost to supply and install the cast iron cleanout complete with covers shall be included in

the Contract Price for the sewer service connection. No separate payment shall be made

27. Gutter Adjustment - RD407SS

Supplementary Specification October 2016

The Contractor shall saw cut full depth of 200 to 300 mm from the proposed face of curb or

monolithic curb and sidewalk or front edge of gutter and remove and dispose of the existing

pavement to accommodate the reconstruction of the curb or curb and gutter. If the Contractor

removes concrete pavement or base beyond the 300 mm limitation, the Contractor shall supply

and install anchored hook dowels at 300 mm spacing to stabilize the gutter adjustment and at

no extra cost to the City.

Addendum No. 2, TCN 27-2017

16 of 20

Page 17: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-55

The test pits to expose and verify existing utilities shall include the following:

all traffic control;

excavation, sheathing, shoring, trench dewatering;

the removal and disposal off site of asphalt pavement, concrete road base, brick gutter,

concrete or asphalt curb, curb and gutter, monolithic curb and sidewalk, sidewalk,

crosswalks, walkways, flag stone, boulevards, driveways and entrances (all thicknesses);

the removal and disposal off site of asphalt pavement containing asbestos in accordance

with Ontario Regulation 278/05;

remove and salvage existing unit pavers and interlock stone;

protecting and supporting of adjacent components that shall remain during and after the

work including existing structures, sewers, laterals and watermains, services and utilities,

light poles, hydro and traffic signal poles, hand wells, maintenance holes, catch basins,

retaining walls, curbs, road base, driveways, sidewalks, crosswalks, walkways, valve

boxes, signs and posts, fences, bollards, gardens, decorative stones, garden edging and

vegetation, residential sprinkler systems and lighting systems. Any damage to existing

components shall be properly repaired at no extra cost to the City;

disposal of excavated material off site;

backfilling with unshrinkable fill according to TS 13.10 - Specification for Unshrinkable Fill

(April 2015) or Granular B or select native material as approved by the Contract

Administrator within boulevard sodded areas;

the installation and maintenance of temporary and permanent restoration for concrete and

asphalt sidewalks, curb and roadway;

restoration of test holes by the next calendar day; and

permanent restoration of all existing landscaping, sodding, fences, river stone, gardens,

decorative rocks, vegetation, interlock stone or lock stone, unit pavers, concrete and

asphalt walkways or driveways (all types), sodding to pre-construction conditions or better.

A minimum of 300 mm of compacted sand material shall be placed around any gas mains,

hydro plant and their respective services before unshrinkable fill according to TS 13.10 -

Specification for Unshrinkable Fill (April 2015) is placed.

Addendum No. 2, TCN 27-2017

17 of 20

Page 18: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-61

Flexible Pipe (PVC watermain)

Embedment material as it relates to flexible pipe from the bottom of the trench to the bottom of

the backfill shall be Granular A according to TS 1010 (April 2015) – Amendment to OPSS.MUNI

1010 – Material Specification for Aggregates – Base, Subbase, Select Subgrade, and Backfill

Material (April 2013). The embedment material shall extend 200 mm below the pipe invert and

extend 300 mm above the top of the pipe. The embedment material shall be worked carefully

under the sides of the pipe and compacted in 150 mm layers to 98% of maximum dry density

with light equipment by hand so as not to damage the pipe or alter its installation in anyway.

Recycled granular material shall not be used for embedment material.

The embedment and backfill shall be according to OPSD 802.010 Type 4 soil.

Rigid Pipe (Ductile Iron watermain)

Bedding material used to support rigid pipe shall be Granular A according to TS 1010 (April

2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates – Base,

Subbase, Select Subgrade, and Backfill Material (April 2013). The bedding material shall be

worked carefully under the sides of the pipe and compacted by approved mechanical means in

150 mm layers to 95% of maximum dry density.

The pipe bedding, cover and backfill shall be according to OPSD 802.031 Class B bedding.

Cover Material

Cover material placed from the top of the bedding to the bottom of the backfill for rigid pipe shall

be Granular A compacted by approved mechanical means in 150 mm layers to 95% of

maximum dry density.

Backfill Material

Backfill material used above the embedment or cover material and below the lower of the

subgrade or finished grade or the ground shall be unshrinkable fill when under concrete and

asphalt sidewalks, curb and roadway. Backfill material in boulevard sodded areas shall be

Granular B or select native material as approved by the Contract Administrator according to TS

1010 compacted by approved mechanical means in 150 mm layers to 98% of maximum dry

density.

Trench Box

The use of trench boxes is permitted on this Contract.

In areas of deep trenches and numerous utilities, closed sheathing, shoring or other method as

required shall be used.

Addendum No. 2, TCN 27-2017

18 of 20

Page 19: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-70

For existing cast iron, ductile iron and asbestos watermain pipe in the ground, a service saddle

is required for 19 mm, 25 mm, 32 mm, 38 mm and 50 mm diameter main stops.

For PVC pipe, service saddles must be used for 19 mm, 25 mm, 32 mm, 38 mm and 50 mm

diameter main stops.

For new ductile iron watermains, mainstops shall be drilled directly and tapped using AWWA

inlet threads.

Water service connections, 50 mm and smaller are to be connected to the new watermain under

pressure, that is to say wet tapping not dry tapping.

Connection of Large Services Equal to and Greater Than 100 mm in Diameter

The new water services cannot be connected to the existing service until the new watermain is

pressure tested and the disinfection tests pass. The short filler piece shall be disinfected

according to TS 7.30 – Procedure for Disinfecting Watermains. All new water services must be

flushed prior to connection to existing. A same size tail extended to the surface for flushing and

swabbing purposes shall be included. Existing water service boxes shall be removed.

Bedding and Cover Material

Bedding and cover material shall be Granular A according to TS 1010 (April 2015) –

Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates - Base, Subbase, Select Subgrade and Backfill Material (April 2013) and compacted in 150 mm layers to 98% of

maximum dry density.

Unshrinkable fill according to TS 13.10 – Construction Specification for Unshrinkable Fill shall

be used as backfill under hard surfaces such as asphalt, concrete, interlock stone and 50 mm

crushed aggregate at all other locations.

All excavations in boulevard sodded areas shall be backfilled with Granular B or select native

material as approved by the Contract Administrator and restored with imported 100 mm topsoil

and sod to original condition or better. The Contractor shall roll all newly placed sod and water

the sod as required to obtain growth acceptable to the Contract Administrator. Sodded areas will

not be accepted until growth acceptable to the Contract Administrator has been established.

The Contractor shall re-grade the boulevard back to the original condition or better and

approved by the Contract Administrator prior to topsoil and sodding.

Addendum No. 2, TCN 27-2017

19 of 20

Page 20: ADDENDUM NO. 2 TENDER NO. 27-2017 … · SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM Contract No. 17ECS-LU-11SU Item Standard / Special Specification Description Estimated

Section 4A – Special Specifications Tender Call No. 27-2017 Contract No. 17ECS-LU-11SU

ECS Linear Rev. 5.15 Page 4A-91

Where the existing watermain/sewer is to be abandoned, the watermain should be cut and

capped and the sewer shall be filled with grout and plugged with concrete. Where the existing

watermain/sewer is to be replaced in-situ, the existing watermain/sewer is to be removed and

disposed of offsite (as indicated on the contract drawings or where required).

Basis of Payment

All costs associated with removing the watermain/sewer shall be included in the respective bid

prices for new watermain/sewer. Costs for abandoning the watermain/sewer shall be paid per

location capped and/or plugged. Payment at the Contract Price shall be full compensation for all

labour, Equipment and Material to do the Work.

68. Remove Existing Tee or Cross and Replace with Filler Piece or Tee – SP8

Special Provision February 2017

This specification covers the requirements for the removal of existing watermain tee or cross

connections and replacement with filler piece.

Construction

The Work shall include the following:

sawcut existing asphalt pavement, concrete road base, sidewalk and concrete curb, and

carefully remove off-site to minimize disturbance to surrounding area;

removal and disposal off site of pavement, road base, buried foundations, trench

excavation material, concrete curb and gutter, concrete sidewalk, existing watermain;

removal of existing thrust block / mechanical restraints and tee or cross connections to

abandon the section of existing watermain;

supply and installation of new thrust block / mechanical restraints and tee and/or filler

piece including sleeve coupling, fittings, associated appurtenances, and other

accessories required to make the connection;

supply and placement of Granular A bedding and cover, backfill with Unshrinkable fill

according to TS 13.10 under hard surfaces (i.e. asphalt, concrete, interlock stone, etc.)

and Granular B or select native material as approved by the Contract Administrator at all

other locations; and

installation and removal of temporary blowoffs, corporation stops for disinfection, taps,

pressure guages and sampling cocks.

Addendum No. 2, TCN 27-2017

20 of 20