addendum no. 3 contract no. 16ecs-ti-01sp pre …...the street lighting works must be completed by...

13
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 September 08, 2016 Posted on website: 13 pages + 1 zip folder containing: 9 files & 1 subfolder with 13 files ADDENDUM NO. 3 TENDER NO. 262-2016 CONTRACT NO. 16ECS-TI-01SP RE: Reconfiguration of Six Points Interchange - Phase II (Master Contract) PRE-QUALIFIED BIDDERS ONLY CLOSING DATE 12:00 NOON (LOCAL TIME) SEPTEMBER 16, 2016 (REVISED) Please refer to the above Tender Call document in your possession and be advised of the following: I. Extension to the Closing Date 1. Please note that the Deadline for Questions has been passed as of August 25, 2016 at 12:00pm noon (local time). 2. The Closing Date has been extended from September 14, 2016 to September 16, 2016 at 12:00pm noon (local time). II. Revision to the Pricing Form 1. Replace the Pricing Form issued with Addendum No. 1 with the revised Pricing Form, dated September 07, 2016, enclosed with this Addendum. 2. The revised Pricing Form has been provided in two formats, including an electronic format for the convenience of Bidders. Bidders must still provide a hard copy of the completed revised Pricing Form with their Bid submission or their Bid submission will be declared non- compliant. The hard copy may be a printed copy of the completed electronic Pricing Form. Bidders should also include an electronic copy of the completed Pricing Form with their Bid submission. Should a Bidder not include an electronic copy of their completed Pricing Form, the City may request a copy via email, which the Bidder must provide within two (2) business days of such a request. Should there be any discrepancies between the hard copy and the electronic copy of the Pricing Form, the hard copy shall prevail. Page 1 of 13

Upload: others

Post on 08-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

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

September 08, 2016 Posted on website: 13 pages + 1 zip folder containing: 9 files & 1 subfolder with 13 files

ADDENDUM NO. 3

TENDER NO. 262-2016 CONTRACT NO. 16ECS-TI-01SP

RE: Reconfiguration of Six Points Interchange - Phase II (Master Contract)

PRE-QUALIFIED BIDDERS ONLY

CLOSING DATE 12:00 NOON (LOCAL TIME) SEPTEMBER 16, 2016 (REVISED) Please refer to the above Tender Call document in your possession and be advised of the following: I. Extension to the Closing Date 1. Please note that the Deadline for Questions has been passed as of August 25, 2016 at

12:00pm noon (local time).

2. The Closing Date has been extended from September 14, 2016 to September 16, 2016 at 12:00pm noon (local time).

II. Revision to the Pricing Form

1. Replace the Pricing Form issued with Addendum No. 1 with the revised Pricing Form, dated September 07, 2016, enclosed with this Addendum.

2. The revised Pricing Form has been provided in two formats, including an electronic format

for the convenience of Bidders. Bidders must still provide a hard copy of the completed revised Pricing Form with their Bid submission or their Bid submission will be declared non-compliant. The hard copy may be a printed copy of the completed electronic Pricing Form.

Bidders should also include an electronic copy of the completed Pricing Form with their Bid submission. Should a Bidder not include an electronic copy of their completed Pricing Form, the City may request a copy via email, which the Bidder must provide within two (2) business days of such a request. Should there be any discrepancies between the hard copy and the electronic copy of the Pricing Form, the hard copy shall prevail.

Page 1 of 13

III. Revision to Contract Drawings

Replace the following contract drawings (P-558-098, P-558-099, P-558-128, P-558-136, P-558-137, P-558-168, P-558-169, P-458-138, U-558-074, P-558-234, P-558-244, P-558-245) with the enclosed updated version. Refer to the enclosed revised drawings list.

IV. Revision to Answer A16 of Addendum No. 1 Replace the answer for Question No. 16 of Addendum No. 1 with the following: As per Note 7 on Storm/Sanitary/Watermain drawings, the Contractor shall refer to “Storm Water Drainage System Details sheet” (Sheet No U-558-068) which shows the “Soil Trench Drainage Connection to Storm System” detail. The 150 mm PVC (DR 35) shall be paid under new item (Item No. 194A). Refer to the revised Pricing Form.

V. Section 4A (Special Specifications) – Clause 88 (Page 129 to 130) Supply and Install Concrete Unit Pavers Revision has been made on the 200 x 200 x 70 mm Unigrate pavers. Replace Clause 88 with the enclosed revised Section 4A, Clause 88. Refer to the revised Pricing Form. Note: Changes on the Contract Drawings will be issued prior to Construction.

VI. Section 4A (Special Specifications) – Clause 108 Supply and Install Clay Seal

A new contract item (Item No. 100A) has been added to the Pricing Form. A new special specification (SP 108) has been added to Section 4A, Tender documents. Refer to the enclosed revised Pricing Form and Special Specification (SP 108).

VII. Proposal of Alternative Equivalent Material(s) Specified materials in the Contract Documents have been selected for various reasons, including (but not limited to): compatibility, to match existing materials, and/or to comply with specific requirements from other jurisdictional authorities. Bidders shall provide bids based on each specified material written in the Contract Documents. The Successful Bidder (Contractor) will be allowed to submit a proposal of an alternative equivalent material(s). The Contractor acknowledges that upon receipt of such a request by the City, the review and decision process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor's performance of its obligations under the contract related to or arising from the City's consideration of the Contractors' request for a material change shall be solely borne by the Contractor.

Page 2 of 13

VIII. Questions and Answers Q1. Page 3-8 of the Tender shows that Streetlighting must be completed by a member of the

Category B “Electrical Management Device” pre-qual list. This seems like a typical Toronto Hydro Streetlighting installation, should this not be the Toronto Hydro Streetighting Pre-qualified list?

A1. The Street Lighting works must be completed by Toronto Hydro Pre-qualified Contractors. Refer to Addendum No. 2.

Q2. Please advise if Toronto Hydro items must be priced as per the contract rates that the

prequalified contractors have in place with their current TH Contract. A2. Pre-qualified Contractors for Hydro–Electric Distribution and Street Lighting Works are not

required to price their items in accordance with the rates set out in the contractors’ contracts with Toronto Hydro. Refer to Addendum No. 2.

Q3. Can you please provide clarification for item 344: Supply and install traffic control cabinet. Description says “Supply and install” and page 126 in special specs says controller shall be supplied by the City. Can you please confirm if we have to supply the controller or it will be supplied by The City?

A3. Refer to Answer A19 in Section XI of Addendum 1.

Q4. RE: Traffic poles items 322, 323 and 324. Please confirm if traffic poles should be octagonal

steel black powder coated or decorative Philips black powder coated. If we have to price Philips, please provide catalog # for them.

A4. The Traffic Poles shall be octagonal steel black powder coated as specified in the Contract

Documents. Q5. Please confirm if signal head (Items 328, 329, 330, 331) are to be black powder coated as

per specs 80 D. on page 119. A5. Yes, they are to be black powder coated as specified in the Contract Documents.

Q6. Please confirm if traffic arms are aluminum powder coated or decorative powder coated. A6. Refer to Special Specification (SP 80). The Contractor shall powder coat all Traffic Signals

and Traffic Signal Arms with black textured paint RAL 9005TX (BLTX). Q7. In regards to the mud slab 28 day compressive strength. In the special specifications it states

10MPa for the mud slab however on drawing P-558-169 sheet 101 of 310 states 20MPa in note 5.1. Please indicate the correct mix.

A7. Mud slab 28 day compressive strength is 10Mpa as per specification. Note 5.1 on drawing P-

558-169 is revised. Refer to Section III of this addendum.

Page 3 of 13

Q8. On sheet 101 of 310 Section F it is missing the size and spacing of the reinforcing steel.

Please provide. A8. The Drawing P-558-169 has been modified to include the reinforcement detail for Section F.

Refer to Section III of this addendum. Q9. Temporary asphalt is required for staging. Where does this work (placement and removal)

get paid? A9. A Temporary Asphalt item has been added to the Pricing Form (Item No. 8A). Refer to the

enclosed revised Pricing Form. Q10. Item 9 & 14, TCB is shown in stage 3A with 2 EAT. Where are the other EAT’s located?

A10. Refer to Construction Staging Drawings for the Temporary Concrete Barrier locations. As per

the Suggested Construction Staging Plans shown in the Contract Drawings, the Temporary crash-cushion attenuating terminal system (EAT) are shown in Stage 2B. We anticipate 4 EAT’s are required in Stage 2B and 2 EAT’s are required in Stage 3A. However, the Contractor can re-locate the two EAT’s from Stage 2B to Stage 3A. The Contractor shall prepare their detail Construction Staging Drawings as per Item No 20 and shall determine the true location and need for the Temporary crash-cushion attenuating terminal system (EAT).

Q11. Item 27, earth excavation: Is the existing road base (asphalt/concrete) included in the earth

exc quantity? Is topsoil to be stripped included in the earth exc quantity? A11. The removal of existing composite pavement (asphalt, concrete, and granular) up to 400 mm

depth is paid under Item No. 33. The removal of topsoil is paid under Item No. 49. Q12. For item 45, retaining wall removals, please provide details as to the size (height, width, etc.)

of walls and footings.

A12. The Contractor shall refer to as built drawings provided in the Contract Documents for more details related to existing retaining walls that are to be removed. During design phase, the City along with City’s consultant made a reasonable attempt to calculate the approximate retaining wall quantity by measuring the retaining wall on site and review of the as built drawings. Bidders shall note that the below information presented is for information purposes only and the Contractor should not rely on the information and shall calculate their own quantities and verify prior to construction or removal of the retaining wall. Approximate Retaining Wall Quantity – 400 m3.

Q13. Please provide details for item 49, topsoil stripping. Is this work not included in item 27, earth

exc? If this is separate from item 27 then provide the locations for the proposed stripping. What is meant by low areas?

Page 4 of 13

A13. Refer to Contract Documents (Removal and New Construction Drawings) for topsoil stripping

areas. Item 49 is separate from item 27. For low areas and average depth of topsoil removals refer to Contract Documents (Removal and New Construction Drawings respectively).

Q14. For item 57, concrete base repair where can sketch AA1 be found? A14. Item No. 57 is revised. Refer to the enclosed revised Pricing Form. Q15. For item 66, concrete retaining curb is the adjacent sidewalk included in the measurement

for payment as it is a monolithic pour? A15. As per TS 3.50, Measurement of monolithic curb and sidewalk shall be by meter and square

meter, respectively. The sidewalk shall be measured from the edge of the back of the sidewalk to the back of curb, 200 mm from the edge of pavement according to T-310.010-4. The length of curb shall be measured along the top of curb.

Q16. Item 73 covers median islands. There are two different types, a raised concrete island –

concrete slab and a raised median. Should there be two separate bid items? Also, for the raised median please confirm that the adjacent curbs and granular A under the slab are paid under their respective items.

A16. The description of Item 73 is now modified to read this “Construct Raised Traffic Island Median – Concrete Slab”. Drawing number P-558-127 shows two different traffic island details: a monolithic slab detail and a raised median detail (consisting of two modified curbs). Item #73 quantifies the area of monolithic concrete slab median within the project which is the “Raised Traffic Island Median – Concrete Slab”. For the raised median detail, the adjacent curb portions have been included in item #67 (“Construct concrete curb and gutter with a ledge behind the curb”). The granular under the medians are included under their respective items.

Q17. For item 98, Astral Media footings, please provide details for the footings and any incidental

work (electrical, etc.) required.

A17. Item 98 is now deleted from the Contract. Refer to Items 170 to 173 related to Bus Shelter base. Refer to the enclosed conduit specifications and concrete pad details.

Q18. For item 100 what happens if unsuitable (soft, wet, etc.) sections of subgrade are

encountered? How does the contractor get paid for the remedial work? A18. If unsuitable (soft, wet, etc.) sections of subgrade are encountered while checking the

subgrade work as per item 100, additional excavation will be paid under item 27 and borrow material (fill material including compaction) to bring the subgrade back to required elevation prior to the placement of granular material will be paid under item no 28. Refer to the enclosed updated Special Specification (SP 37).

Page 5 of 13

Q19. Regarding the comments made by Toronto on July 3, 2016 in light of the AMA report; would

Toronto Hydro consider the use of an alternate luminaire using a Correlated Colour Temperature (CCT) of 3,000k rather than the 4,000k CCT luminaire specified in the tender for 6 points?

A19. Alternate luminaire is not acceptable at the time of bidding. The Luminaire shall be as per the Contract Documents. Refer to Section VIII of this addendum.

Q20. Please accept this request to add, delete, modify or clarify the steel pipe specifications.

There are three specifications listed and each contain different requirements with big impact to costs.

Steel: Please clarify which is acceptable, or if all are acceptable: TS7.80.05.05: ASTM A139 Grade C TS1802: ASTM A139 Grade C Section 4A, Section 1.1.2 Standards: ASTM A139 Grade B

Lining: Please clarify that either AWWA C205 - 19mm factory applied cement mortar lining, or

AWWA C602 field applied cement mortar lining is acceptable. Wall Thickness: Please clarify which is acceptable: S7.80 6.35mm TS1802 6.4mm Joints: Please clarify that either TS7.80.05.05.01 Butt-joint end according to AWWA C206, or

Lap joints according to AWWA C206 are acceptable. Testing: Modify: TS 1802.10.05.01 Radiographic Inspection Radiographic Inspection or Ultrasonic Testing per AWWA M11/AWWA C200 is acceptable.

NOTE: In addition to either of the above tests - each pipe manufactured in accordance with AWWA M11/AWWA C200 specifications is also hydrostatically tested to 75% of the yield stress of the steel – providing assurance that welds are complete and acceptable.

A20. Steel Pipe - Steel Pipe Fabrication shall conform to ASTM A139 Grade C.

Lining - Lining shall conform to AWWA C602 Wall Thickness – 10 mm as per Contract Drawings Joints – Butt-joint as per TS 7.80.05.05.01 Testing - Radiographic Inspection or Ultrasonic Testing per AWWA M11/AWWA C200 is acceptable.

Page 6 of 13

Q21. Please provide quantity breakdowns for Items 27 & 28. This will help Bidders to provide a more accurate bid price for these items.

A21. During detail design, the City’s consultant made a reasonable attempt to calculate the approximate cut and fill quantities for the major stages. Refer to table below. The Contractor shall note that the below information is for information purposes only and Bidders should not rely on the information and shall calculate their own quantities and verify prior to bidding.

Cut (m3) Fill (m3) 50% of Cut (m3)

Approximate Borrow (m3)

Stage 1 7800 19480 3900 15580Stage 2 33300 4070 16650 0Stage 3 10600 9380 5300 4080Blocks and Parcels (Note 1) 22180 24180 11090 13090

Note 1 - Refer to Contract Documents for location of Blocks 1 through 5 inclusive and Parcels 1 through 3 inclusive.

Q22. Item 59 – Supply & Place Granular A for foundations, backfilling and other road applications.

Will the granular material that is to be use for backfilling toe walls & retaining walls be paid under this item?

A22. Granular material that is to be used for backfilling toe walls and retaining walls shall be

included under Item No 75 and not under item 59. Q23. Please outline what cost shall be carried in item 579.

A23. Item 579 is now deleted. Refer to the enclosed revised Pricing Form. Q24. For Part O, typically TH provides material for installation like cable, poles etc. If the TH

contract rates are used this will exclude material costs. Please confirm that Bidders are to price excluding all material for above ground installations.

A24. Refer to A2 in Section VIII of this addendum. Q25. For Item 345 “Vehicle Detection” our understanding is that Vehicle Detection will be installed

for the Temporary stage at Dundas & Kipling and Dundas & Aukland and same equipment will be remove and re-installed for the Permanent Stage, Please confirm?

A25. Yes. Vehicle Detection will be installed for the Temporary stage at Dundas & Kipling and

Dundas & Aukland and same equipment will be removed and re-installed for the Permanent Stage.

Q26. For Item 352, please provide the Name and Drawing for the Intersection, where Temporary

Signal Need to be Installed.

A26. Refer to Contract Documents (Drawing No PX2425_TEMP, PX1350_TEMP, PX1321_TEMP & PX1069_TEMP)

Page 7 of 13

Q27. RE: Line painting – Item 80 – Temporary Symbols – what method of Temporary does the City want?

A27. Refer to Specification/s for the approved method for the line painting. Q28. RE: Line painting – Please provide clarification on what type of symbols are being referred to

as it says all types (e.g. Arrows, PXO, Bike, Diamond, Chevrons). A28. For temporary pavement markings symbols, all means Arrows (Left, Right and through),

PXO, Bike, Diamond, Chevrons etc. as required. The Contractor shall note that not all types are shown on the suggested Construction Staging plan. The Contractor shall prepare the detail constructions staging plans and shall determine the need for the temporary pavement markings to address circulation of all modes of transportation during construction.

Q29. RE: Line painting – Permanent Item reference OPSS 1712 which is Paint – specifications

refer to OPSS 1714 Field Reacted Polymeric – this is a contradiction. Please clarify. A29. Refer to SP 64 in the Contract Documents. Reference to SP 64 has been added to Items 76

through 87 including the new item called “Chevron marking installation at intersection” & “Catch Basin Indicator”. Refer to the enclosed revised Pricing Form

Q30. RE: Line painting – There is a notation in the specifications regarding Catch Basin Symbols

but there is no item for them. A30. A new item (Item No. 87A) has been added to the Contract Documents. Refer to the

enclosed revised Pricing Form and the revised drawings. Q31. RE: Line painting – With reference to Item 87 Bike Lane Symbols, what does the City want

(just a bike symbol or a bike symbol with a diamond or a bike symbol with chevrons)?

A31. Item 87 shall include the following;

- Bike lane symbol with through arrow at the driveways - Bike lane symbol with diamond - Bike lane symbol with chevrons (Sharrow Lane) - Chevron markings at the intersection as per detail shown on Sheet P-558-128 shall be

paid under new item (Item No. 87B). Refer to the enclosed revised Pricing Form.

Q32. The method of payment for Item 13, Portable Changeable Message Sign is not clear. Please

clarify whether it will be paid per sign per month or per sign for entire contract duration

A32. The item will be paid per sign for the entire contract duration. Q33. Please clarify Items 21,22,23,24. Are these items to include co-ordination cost only?

A33. Yes, these items cover coordination with respective utilities for work that would be done by

the Utility companies. It does not cover the coordination of utility work that is outlined in parts L, M, O & P.

Page 8 of 13

Q34. Please add an item for temporary asphalt. A34. Refer to A9 in Section VIII of this addendum.

Q35. Tender Item 352 S&I Temp Intersection. Can you please provide the height and class for the

temporary poles.

A35. Temporary Poles Class 4 and Height 12.0 m as specified in the Contract Documents. Q36. Tender Item 352 S&I Temp Intersection. Are we to reuse the existing controllers for the

temporary intersection? If there is no existing controller, who is supplying the temporary unit?

A36. Yes. If there are no existing controller, the Contractor shall supply, install, and program and remove/relocate the temporary unit as required.

Q37. Are the video detection units required for the temporary traffic signals being paid under

tender item 345 Vehicle detection? A37. Yes. Refer to A25 in Section VIII of this addendum. Q38. Tender items 285 and 302. Will a lump sum be provided for these items as is for tender item

353 Contingency Sum for connection to Power by Hydro Utility? All three items are for the same scope as as per SP83 are to be paid out based on invoicing.

A38. Items 285, 302 and 353 are considered as three separate items under Six Points Contract.

The Contractor shall provide rates for each individual item except item no 353 under different parts of the project contract document.

Q39. Under Part L, utility relocation work for Bell Canada. Item # 402 – “Temporary support,

protection and handling of Bell structure during proposed storm & sanitary crossings” How many locations does this item include?

A39. This item has been deleted from the Pricing Form. All Temporary Support Protection for Existing and New utilities shall be considered incidental to Contract items. No additional payment shall be made.

Q40. Are prequalified subcontractors permitted to subcontract out key aspects of their work or

does the prequalification require them to complete these key works themselves? For example, can a contractor prequalified for landscape subcontract out his plantings?

A40. The pre-qualified subcontractors shall not be permitted to subcontract out key aspects of their work. For more details, refer to Section 2 - Information for Bidders of the Tender Document.

Note: All work types that have no link(s) to RTP Categories addressed in the List of Subcontractors Form can also be performed by non Pre-qualified Subcontractors. This is indicated by a blank in the column "RTP Category" for the respective work types in the List of

Page 9 of 13

Subcontractors Form An example of this work type is the irrigation work. However, Bidders shall comply with the requirements associated with the subcontractor that completes the 900mm Transmission Watermain installation, as per Section 4A, SP45 of the Tender document.

Q41. Item 49 – Strip topsoil and other material from ditches and low areas – please provide cubic

meters of top soil to be stripped.

A41. During detail design, the City’s consultant made a reasonable attempt to calculate the approximate topsoil quantity. Bidders shall note that the below information presented is for information purposes only and the Contractor should not rely on the information and shall calculate their own quantities and verify prior to construction. Approximate Topsoil within project limits – 10,020 m3 (The quantity is based on 200 mm average depth of topsoil as specified in the Contract Documents)

Q42. RE: Streetlighting – Item 267, refers to 73 CONCRETE handwells, however the spec number

refers to detail #31-3140 which is a polymer handwell. Details of both types (31-3140 & 2112.02) are in the drawings provided by the City. Please clarify which one you need.

A42. For Streetlighting (Items related to Toronto Hydro), the Contractor shall use Toronto Hydro

approved standards which is 31-3140. For others such BIA items, it’s up to the Contractor to decide depending on the availability.

Q43. RE: Streetlighting – The same question exists for Item 287, PART 1 BIA, which refers to the

same text for CONCRETE handwell, but does not clarify which detail. Please clarify if it is 68 units of concrete or polymer handwells.

A43. For Streetlighting (Items related to Toronto Hydro), the Contractor shall use Toronto Hydro approved standards which is 31-3140. For others such BIA items, it’s up to the Contractor to decide depending on the availability.

Q44. The tender items list identifies the final markings as "paint" while the SP indicates field

reacted polymeric as per OPSS 1714. Please clarify.

A44. Refer to A29 in Section VIII of this addendum. Q45. Please clarify that soil cell assembly (Items 114 and 115) can only be installed only by pre-

qualified Streetscape / Landscape subcontractors.

A45. Yes, only the pre-qualified Streetscape/Landscape Subcontractors can complete this part of work. Pre-qualified subcontractors are not permitted to subcontract out key aspects of their work. For more details, refer to Section 2 (Information for Bidders), Contract Documents.

Q46. Drawings indicate the use of Silva Cells for soil cell assembly (Items 114 and 115).

Please clarify whether any alternate products in-lieu of Silva Cells may be used. A46. Alternate product in-lieu of Silva Cell is not permitted at the time of bidding. Refer to Section

VIII of this addendum.

Page 10 of 13

Q47. Please clarify if Load Transfer Devices and Tie Bars are required for Item 60: Construct

Concrete Road Base. If so, please refer to the applicable details in the construction drawings.

A47. Refer to Specification TS 3.40 & TS 1350. Q48. Please provide responses to the following questions, as the TTC contact has not provided

them: - Bidders are to include all costs in the bid for permits to access TTC property. Please

provide these costs. - Are there special safety/orientation training that workers must do prior to entering TTC

property? - Will the TTC provide track flagging or is there a fee for that? - Will TTC provide utility locates on their property, are there fees? - There will be temporary shoring required near the north line tracks, are there special

designs that Bidders need to aware of? - Are there any other fees that Bidders need to know about?”

Any additional cost associated with any of the questions submitted to TTC will be compensated by the City.

A48. Refer to the following response for each question related to work within TTC property:

Q48-1: Bidders are to include all costs in the bid for permits to access TTC property. Please provide these costs. A48-1: The cost associated with TTC providing track access/powercuts should be estimated at approximately $3000 per night/shift/powercut. Q48-2: Are there special safety/orientation training that workers must do prior to entering TTC property? A48-2: Anyone accessing TTC track level is to complete the TTC Subway Rulebook Training and it is offered at no cost. The process takes 2 to 3 months. Q48-3: Will the TTC provide track flagging or is there a fee for that? A48-3: TTC track flagging will be provided and these fees are incorporated in estimated $3000 per night/shift/powercut. Q48-4: Will TTC provide utility locates on their property, are there fees? A48-4: TTC will perform their own private utility locates (The Contractor is to provide a minimum of 10 working days' notice) within TTC property but any locates and the cost associated with locates not on TTC property are the responsibility of the Contractor. Q48-5: There will be temporary shoring required near the north line tracks, are there special designs that Bidders need to aware of? A48-5: TTC will provide the loading criteria to the Contractor to incorporate in the design of their shoring as per the contractor’s request.

Page 11 of 13

Q48-6: Are there any other fees that Bidders need to know about?” A48-6: The Contractor shall provide a general liability coverage in the amount of $1,000,000.00 Canadian Dollars. The TTC must also be named as an additional insured Q48-7: Any additional cost associated with any of the questions submitted to TTC will be compensated by the City. A48-7: The City shall not compensate for any additional cost associated with any of the questions submitted to TTC.

Q49. You have specified coloured polymer tiles at all bus platforms; what is the process for

consideration as an alternative competitive colour polymer supplier? Will the City consider a more durable coloured cast iron option for the bus platforms that is also removable and replaceable?

A49. Alternative competitive colour polymer supplier is not acceptable at the time of bidding. The

durable coloured cast iron option for the bus platforms that is also removable and replaceable as suggested by the bidder/s are not acceptable at the time of bidding. Refer to Section VIII of this addendum.

Q50. The City has specified City Green tree grates and City Blue tree guards in various sizes what

is the process for consideration to provide a competitive alternative? A50. An alternative to what is shown in the Contract Documents is not acceptable at the time of

bidding. Refer to Section VIII of this addendum.

Q51. The quantities for sewers and watermain do not correlate with what is shown on the

drawings: Watermain items 245, 246, 247, 249, 250 Sewers Items 195, 196, 197, 199, 201, 202, 205. Please address and correct.

A51. The quantities for sewers and watermain do correlate with what is shown on the drawings. Q52. In Addendum No. 1, the City indicated that concrete pressure pipe would not be an

acceptable substitute for the 900m steel pipe watermain. Please provide the reason for this.

A52. Due to the short section of 900mm watermain replacement, the selection of the existing watermain product was chosen.

Page 12 of 13

NOTE: Any questions received prior to the Deadline for Questions still pending response will be addressed in a forthcoming addendum. Should you have any questions regarding this Addendum, contact Amy Hung, Senior Corporate Buyer, at email: [email protected]. Please attach this Addendum to your Request for Tender document and be governed accordingly. Bidders must acknowledge receipt of all Addenda on the space provided on the Tender Call Cover Page as per the Process Terms and Conditions, Section 1, Item 8 - Addenda, of the Tender Call document. All other aspects of the Tender remain the same. Yours truly, Joanne Kehoe Manager, Construction Services Purchasing & Materials Management

Page 13 of 13