ADDENDUM #2 - MARCH 16, 2012 CONTRACT ENG FAIRBANK LAKE ROAD (M.R.4) IMPROVEMENTS Hwy 17W to C Johnson Rd

Size: px
Start display at page:

Download "ADDENDUM #2 - MARCH 16, 2012 CONTRACT ENG FAIRBANK LAKE ROAD (M.R.4) IMPROVEMENTS Hwy 17W to C Johnson Rd"

Transcription

1 ADDENDUM #2 - MARCH 16, 2012 CONTRACT ENG FAIRBANK LAKE ROAD (M.R.4) IMPROVEMENTS Hwy 17W to C Johnson Rd This Addendum shall form an integral part of the plans and specifications for the above mentioned project and shall be read in conjunction therewith. This Addendum shall, however, take precedence over all requirements for the previously issued specifications, with which it may prove at variance, unless otherwise clarified by the Engineer. The tenderer s attention is drawn to the following changes: 1. REVISION TO DIVISION #1 INSTRUCTION TO TENDERERS replace Item 1 with the following: 1. SCOPE OF WORK The work consists of the supply of all labour, material, equipment and supervision necessary to complete the work shown, or described by, or reasonably inferred from these contract documents. Without limiting the qualifications of the foregoing the work generally consists of the following: 22 ha. Clearing & Grubbing 265,000 cu.m. Earth Excavation 118,000 cu.m. Rock Excavation 37,000 tonnes HMA 449,000 tonnes Granular Material 700m of Crossing Culverts 400m of Driveway Culverts 2. GENERAL CONDITIONS, STANDARD SPECIFICATIONS AND CONDITIONS SECTION PAYMENT Prices and Payments b) add in the following: As stated herein for contracts extending over more than one year, if there are no outstanding lien claims, and the road is in use by the public, the City will issue payment to reduce the holdback on work done from 10 percent to 2 ½ percent plus the City s set-offs, not more than 5 days after January 31 st in each calendar year the contract extends, provided the contract has not been substantially performed and the estimated value of the work is greater than 60% of the original tender value for a contract having an expected duration of two construction seasons, and 40% for contract having an expected duration greater than two construction seasons.

2 10. TENDER DEPOSIT, PERFORMANCE GUARRANTEE add in the following: For this contract lasting more than one (1) construction season, the City shall allow the warranty period to commence prior to the date of Substantial Performance for works that have been completed, have a value of greater than $5,000,000, and are in use by public traffic. In such cases, the Contractor shall apply in writing to the City for approval of the start dates of the warranty of the completed work. The written request shall be submitted to Contract Administrator no later than 10 Days prior to the proposed warranty start dates and include details as to the work covered. If a request is granted, the Contractor shall correct promptly at no cost to the Owner, defects or deficiencies in the completed work which appear during the warranty period. At the end of the warranty period the contractor may request a reduction in the maintenance bond for the value of the work covered by the warranty period.

3 2. REVISION TO DIVISION #2 FORM OF TENDER & SCHEDULE OF UNIT PRICES The Form of Tender and Schedule of Unit Prices have been revised. A copy of these has been included in this Addendum. The following list is an outline of the revisions within Division #2. - OPSS 120 applies to Item #2 and Item #7 - Item #2 Earth (Grading), a) earth, quantity has been revised - Item #12 - Pipe Culverts Entrance/Driveway, locations have been specified in Appendix D - Item #18, b), iii), tender form unit ea. (each) is replaced with unit m (meter). - Item #19 Geotextile Terrafix 360R, quantity has been revised - Item #20 is replaced with Geogrid - Terrafix BX1500 and the quantity has been revised - Item #24 Guide Rail Systems, quantity has been revised - On the Additional Schedule of Unit Prices, Items #1to 38 Not Applicable to Additional Schedule Unit Prices PART B is revised to Items #1 to 36 Not Applicable to Additional Schedule Unit Prices PART B.

4 3. REVISION TO DIVISION #3 SPECIAL PROVISIONS 10. CO-ORDINATION WITH UTILITIES: replace the third last paragraph with the following: The contractor is responsible for arranging Union Gas Representation on site for all works deemed necessary by Union Gas. The City shall be billed directly from Union Gas for the cost of this monitoring. The contractor shall make the Contract Administrator aware of all times the Union gas Representative is on site. Should the contractor request the Union Gas Representative unnecessarily, these costs may be charged back to the contractor. add the following: Co-ordination with Vale Canada Inc. power group for the relocation of 4 high voltage line poles will be required. Vale power group contact: Elizabeth (Becky) Basso Legal Administrator Vale 18 Rink Street Copper Cliff, Ontario P0M 1N0 (705) Elizabeth.basso@vale.com Special Provision Item #1 Site Preparation add the following to the last paragraph: The contractor to coordinate with property owners to determine if the trees cut from the frontage of their property are to be provided to the owner and piled for their use. First priority is to provide the trees to the property owner. If the property owner does not want the trees, then it is the responsibility of the contractor to dispose of the trees. The contractor shall limb, cut into 2.4 metre lengths and stack all trees with a diameter greater than 100mm. Special Provision Item #2 - Excavation (Grading) add the following referenced specifications: Spec. OPSS 120, 212, 501 delete the last sentence in b) and add the following: The contractor will be paid for surplus granular generated up to the quantities in the tender item at a rate of 50% the contract bid price. Measurement for payment of this item will by stockpile measurement using a conversion factor of 2.4 tones /cu.m once the material is no longer required for the contract. The City will retain ownership of that material. All other granular material becomes the property of the contractor and is to be removed from the contract. Acceptance for work under this item will be based on Quality Assurance testing by the Contract Administrator.

5 Special Provision Item #5 Hot Mix Asphalt (HMA) add in the following: The contractor may use granular generated from the borrow area for use in Hot Mix Asphalt. Special Provision Item #7 - Granular Materials add the following referenced specifications: Spec. OPSS 120 Acceptance for this item will be based on Quality Assurance testing by the Contract Administrator. Special Provision Item #12 - Pipe Culverts Entrance/Driveway, add in the following: Driveway culverts sizes shall be as shown on the drawing except as noted in Appendix D, which is attached to this addendum Special Provision Item #13 Pipe Culverts - Roadway Item #14 Precast Concrete Box Culvert Item #15 Precast Concrete Box Culvert Extension replace the section on Cut off Walls with: Cut off Walls a) Cut off walls shall be made of pre-cast concrete and shall be installed at both ends of the box culvert. b) Pre-cast concrete cut off walls to be installed ensuring that no portion of the concrete cut off wall extends beyond the culvert ends. The concrete cut off wall shall be 900 mm deep from the underside of the precast box section and 300 mm thick. c) Concrete cut off walls shall extend 600 mm beyond the side walls of the concrete box culvert. Special Provision Item #21 Slope Protection add the following referenced specifications: Spec. OPSS 1860 renumber a) to c) b) is deleted and replaced with: d) High Density Core Mats to be Terrafix Core Mat 900 or approved equivalent. Installed and seeded with grass seed as per manufactures directions. Grass seed mixture to contain 50% Pickseed - Quebec ryegrass species or approved equivalent. Mat and seed maintenance including watering will be the responsibility of the contractor until growth is deemed acceptable by the Contract Administrator.

6 Special Provision Item #23 Ground Mounted Signs delete item h) and replace with the following: k) The contractor shall supply all labour equipment and material to install the Advanced Warning Flashing Rail Crossing Signs, including post, signs and flashing lights. The system shall be a wireless, solar powered system, equivalent to the specifications attached in Appendix C from ELTEC Traffic and Solar Products. The contractor will be responsible for co-ordination with HCR and connection to the HCR Crossing Control Cabinet. Special Provision Item #24 Guide Rail Systems add the following: All Guide Rail Systems to be constructed with steel posts as per OPSD and with plastic spatial blocks as per OPSD Type 1 Special Provision Item #25 Eccentric Terminal System add the following: Eccentric Terminal System to be constructed with wooden posts as per OPSD add the following: Special Provision Item #37 - Resetting of Steel Beam Guide Rail Spec. OPSS 1504 Resetting of Guide Rail shall include all labour, equipment and materials to remove and reset posts, beams and eccentric loaders, back to original line and grades as shown on the drawings. All damaged materials as a result of use will be paid under the original item. Measurement will be by meter along the full length requiring reset including the length of the eccentric loader.

7 4. REVISION TO DIVISION #4 CONTRACT PLAN LISTING, SPECIFICATION LISTING, STANDARD DRAWING LISTING - Sheet 63 DRIVEWAY SECTIONS of the Contract Drawings has been provided - Sheet 64 TYPICAL SECTIONS geogrid and geotextile have been revised - Sheet 65 TYPICAL SECTIONS geogrid and geotextile have been revised - Page 1 of 1 BORROW AREA CONTOUR PLAN has been added to the plans - Cross Section Sheets 1 55 have been provided. * Disclaimer - The gas main location provided on the cross sections is theoretical only and is to be confirmed in the field by the contractor.

8 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL *S.P. Site Preparation a) Clearing & Grubbing ha. 22ha *S.P. Excavation (Grading) a) Earth b) Rock cu.m. cu.m. 265, , *S.P. Granular Sealing sq.m. 5, *S.P. Tack Coat RS1 sq.m. 160, *S.P. Hot Mix Asphalt (HMA) a) Heavy Duty Binder PG tonne 25,000 b) Surface HL3 PG tonne 11,500 c) Surface HL3 PG tonne 500

9 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL Hand Placing Asphalt HL3 PG a) Boulevards (50mm) sq.m *S.P. Granular Materials a) Granular A b) Granular B, Type II tonne tonne 130, , *S.P. In-Place Full Depth Reclamation of Bituminous Pavement and Underlying Granular a) Asphalt sq.m. 52,000 _ b) Surface Treatment sq.m. 13,000 _ Concrete Curb and Gutter System c) Concrete Barrier Curb Standard Gutter GSSD m. 80 b) Concrete Gutter Outlets 45 Outlet at end of run OPSD each 4

10 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL Re-Adjustment of Lockstone Pavers in Driveways GSSD sq.m *S.P. Shoulder Rumble Strips - Asphalt m. 16, *S.P. Pipe Culverts Entrance/Driveway OPSD a) 450 mm dia., Type b) 600 mm dia., Type c) 825 mm dia., Type m. m. m d) 900 mm dia., Type e) 1050 mm dia. Type f) 1200 mm dia. Type m. m. m *S.P. Pipe Culverts Roadway OPSD a) 600 mm dia., Type b) 750 mm dia., Type c) 825 mm dia., Type m. m. m d) 900mm dia., Type m. 23 e) 975 mm dia., Concrete m. 43 f) 1050 mm dia. Concrete m. 45 g) 1200 mm dia. Concrete h) 1650 mm dia. Concrete m. m

11 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL *S.P. Precast Concrete Box Culvert a) 1800mm x 900mm b) 1800mm x 1200mm c) 2400mm x 1200mm d) 2400mm x 1800mm e) 2400mm x 2400mm m. m. m. m. m *S.P. Precast Concrete Box Culvert Extension a) 2400mm x 1800mm x 4.88m Sta b) 3600mm x 2600mm 4.88m Sta m. m Water for Compaction and Dust Suppression cu.m. 5, *S.P. Dust Suppressants (Calcium Chloride) a) Flake b) Solution kg. litres 30,000 90,000

12 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL *S.P. Removals a) Drainage Work i) Culverts CSP & Concrete m. 400 b) Guiderails & Fencing Work i) Anchor Blocks ii) Cable Guide Rail iii) Steel Beam Guide Rail & End Treatments ea. m. m iv) Board Fence m. 40 v) Signs ea *S.P. Geotextile - Terrafix 360R sq.m. 280, *S.P. Geogrid Terrafix BX 1500 sq.m. 260, Slope Protection 1860 a) Rip-Rap R10 sq.m. 500 *S.P. b) Rip-Rap R50 sq.m. 4,000 c) Rock Protection sq.m. 800 d) Core Mats sq.m. 2, *SP Pavement Markings a) Lines - Permanent b) Symbols - Permanent c) Stop Bar (60 cm width) - Permanent m. each m. 48,

13 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL Ground Mounted Signs *S.P. a) Telspar post b) 4 x4 wooden post c) 45cm x 45cm signs d) 45cm x 60cm signs e) 60cm x 60cm signs f) 60cm x 90cm signs ea. ea. ea. ea. ea. ea g) 75cm x 75cm signs ea. 12 h) 90cm x 90cm signs ea. 3 i) Relocation of misc. signs j) 30 x Variable k) Flashing Rail Crossing ea. ea. ea *S.P. Guide Rail Systems a) Steel Beam Guide Rail i) Single Rail OPSD m *S.P. Eccentric Terminal System OPSD each Topsoil a)topsoil cu.m. 18,000

14 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL Sodding GSSD a) Unstaked sq.m *S.P. Seed and Cover a) Seed and Mulch sq.m. 50,000 _ *SP Erosion Control a) Heavy Duty Silt Fence b) Straw Bale Dams c) Rock Check Dams m. ea. ea. 14, Nil *SP Settlement Monitoring Plates ea. 60 _ 31 Nil *SP Huron Central Rail Crossing at Sta L.S. L.S. _ 32 Nil *SP Road Surface Maintenance Machine Grading hrs 2,000 _ *SP Nil *SP Slope Flattening cu.m. 10,000 _ Resetting of Installed Culverts a)< 900mm diameter b)>900mm diameter c)concrete box culvert ea. ea. ea

15 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART A - ROAD ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL 35 Nil *SP 4 - Post & Rail Fence m Nil *SP Off-take Ditching m *S.P. Resetting of Steel Beam Guide Rail m 685 TOTAL PART A *GSSD = Greater Sudbury Standard Drawings *S.P. = Special Provisions *L.S. = Lump Sum *OPSS = Ontario Provincial Standard Specifications (2007 revision date) *OPSD = Ontario Provincial Standard Drawings

16 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. PART B PROVISIONAL ITEMS ITEM OPSS DESCRIPTION UNIT QTY UNIT PRICE TOTAL ITEMS #1 to 36 Not Applicable to Additional Schedule Unit Prices PART B Rock Excavation for Culvert cu.m Pipe Subdrain (150 mm) GSSD m Highway Fence / Gates OPSD a) Gates Farm Entrance b) Brace Panels each each *SP Double Surface Treatment (Emulsion HF150SP) a)mobilization / Demobilization ea. 2 b)surface Treatment m. 3, Nil Contingency L.S. L.S. L.S. 750,000 TOTAL PART B *GSSD = Greater Sudbury Standard Drawings *S.P. = Special Provisions *L.S. = Lump Sum *OPSS = Ontario Provincial Standard Specifications (2007 revision date) *OPSD = Ontario Provincial Standard Drawings

17 ADDENDUM #2 SCHEDULE OF UNIT PRICES CONTRACT ENG12-19 FAIRBANK LAKE ROAD (MR 4) IMPROVEMENTS Hwy 17W to C Johnson Rd. SUMMARY OF CONTRACT PRICES TOTAL PART A - ROAD TOTAL PART B PROVISIONAL ITEMS SUBTOTAL 13% H.S.T. TOTAL CONTRACT PRICE *GSSD = Greater Sudbury Standard Drawings *S.P. = Special Provisions *L.S. = Lump Sum *OPSS = Ontario Provincial Standard Specifications *OPSD = Ontario Provincial Standard Drawings

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76