November 8, 2012 ADDENDUM NO. 3 TENDER CALL CONTRACT NO. 11FS-18S RE: GARFELLA DRIVE OVER ALBION CREEK BRIDGE REHABILITATION

Size: px
Start display at page:

Download "November 8, 2012 ADDENDUM NO. 3 TENDER CALL CONTRACT NO. 11FS-18S RE: GARFELLA DRIVE OVER ALBION CREEK BRIDGE REHABILITATION"

Transcription

1 Purchasing & Materials Management Michael Pacholok, Acting Director City Hall 18th Floor, West 100 Queen Street West Toronto, Ontario M5H 2N2 David Ferguson Manager, Construction Services November 8, 2012 ADDENDUM NO. 3 Via Fax - 5 Pages TENDER CALL CONTRACT NO. 11FS-18S RE: GARFELLA DRIVE OVER ALBION CREEK BRIDGE REHABILITATION CLOSING DATE 12:00 P.M. NOON (LOCAL TIME), NOVEMBER 12, 2012 Please refer to the above Request for Tender (RFT) document and the related Addendum No.1 and Addendum No. 2 documents in your possession and be advised of the following information. CLARIFICATIONS: 1. Addendum No. 1 Item 3f is deleted and replaced with the following: f. Subsection S.66 WASHED RIVER RUN STONE ITEM 84 is deleted in its entirety and replaced with the following: S.66 WASHED ANGULAR STONE ITEM 84 Work under this item shall include the provision and placement of washed angular stone at their weir/riffle locations and under the bridge structure, as shown on the Contract Drawings and/or as directed by the Contract Administrator on site. Material Washed angular stone shall be clean and well graded in accordance with the following table. The median stone sizes (D 50 ) shall be 300 mm for each weir/riffle, and at the upstream and downstream ends of the bridge structure. Under the bridge, the median stone size shall be 150 mm. The maximum stone dimensions shall be no more than 1.5 times the minimum dimension.

2 - 2 Stone Gradation Specifications Median Stone Size Fraction by Wt. D 50 = 150mm D 50 = 300mm 100% < 250mm < 450mm At Least 20% > 200mm > 350mm At Least 50% > 150mm > 300mm At Least 80% > 100mm > 200mm Construction The construction of washed angular stone shall include the excavation of the area for placement where required. The area shall be fine graded to a uniform and even surface. Where required, the depressions shall be filled with an acceptable granular material and compacted. Washed angular stone shall be placed in a set stable manner so as to minimize disturbance to the existing channel bed. Where the washed angular stone is placed on a slope, the placing shall commence at the toe of the slope and progress up the slope. The minimum depth of stone shall be as indicated on the Contract Drawings, and measured perpendicular from the top of the finished surface of the stone. Measurement for Payment Measurement for payment for this item shall be in square metres of washed angular stone acceptably placed. Basis of Payment Payment at the unit price bid for this item shall include full compensation for all labour, equipment and materials necessary to complete the work. 2. Section 4 Scope of Work New Subsection is added after Subsection 13 as follows: 14. Inspection and Testing i. The cost of all testing and inspection of materials will be borne by the City of Toronto, and arranged by the Contract Administrator unless otherwise specified in the Contract Documents. ii. Concrete Sampling and Testing

3 - 3 a) The Contractor shall be responsible for field sampling and field testing of concrete including the following: Measurement of air temperature (max/min thermometer) and concrete temperature; Measurement of slump and air content of concrete; Supply of air meter, slump cone, thermometers, thermocouple, thermocouple cable and cylinder moulds; Casting, initial curing and transportation of concrete cylinders to a laboratory designated by the Contract Administrator, within 50 km radius of job site. b) The field sampling and testing of concrete shall be carried out in accordance with CSA Standards A /A c) Staff performing the field sampling and testing shall be certified by the American Concrete Institute at the level of Concrete Field Testing Technician - Grade 1, or shall be employed by a testing company certified by the Canadian Standards Association (Reference CSA Standard A283 - Category O) and shall have passed the CSA examination which is required for certification in concrete field testing. d) The Contractor shall provide and maintain adequate apparatus for the initial curing of concrete test specimens in accordance with CSA Standard A Section A23.2-3C Making and curing concrete compression and flexural test specimens. The Contractor is to supply and maintain all concrete site test equipment including an air meter, slump cone, tamping rod, scoop and concrete thermometer. e) The Contractor shall supply and maintain an insulated concrete test cylinder curing box in accordance with the requirements of CSA Standard A f) Air content tests of the plastic concrete shall be completed at the point of discharge into the forms, deck, slab or other work. If a pump is used this testing is to be completed at the outlet end of the pump. iii. Other Sampling and Testing a) The Contractor shall supply at his own cost to the Contract Administrator such materials, labour and other assistance as may be required to procure, package and ship all test samples. b) The Contractor shall make known to the Contract Administrator the source of material at least one week prior to the time he proposes to use such material, unless otherwise specified in the Contract Documents. c) The Contractor shall provide to the Contract Administrator for his use at all times such assistance and use of tools and construction equipment, as required.

4 - 4 d) The Contractor is advised that the City of Toronto shall provide the required mix designs for the asphaltic materials. iv. All costs arising from the above requirements shall be included in the Tender. 3. Section 4A Special Specifications: Subsection 4 Construction Survey and Layout The second paragraph on Page 4A-8 subsection 4 is deleted and replaced with the following: The contractor shall submit grade sheets to the Contract Administrator for review and approval within 7 calendar days of completion of the layout. No separate payment will be made for grade sheets as these costs are deemed to be included in the Bidder's Pricing Form. 4. Drawing No. 673-S Channel Rehabilitation Details a. Note 2 is revised as shown on sketch SK-14 attached to this addendum. b. The Legend is revised as shown on sketch SK-14 attached to this addendum. Should you have any questions regarding this addendum contact Joan Blake by at jblake2@toronto.ca. Please attach this addendum to your RFT document and be governed accordingly. Bidders are to acknowledge receipt of all addenda in their Tender in the space provided on the Tender Cover Page as per Section 1 Tender Process Terms and Conditions, item 8 of the RFT document. All other aspects of the RFT remain the same. Yours truly, David Ferguson, Manager Construction Services Purchasing and Materials Management

5