Department: Corporate Services Fax: To: Distribution List From: Bernadette Lawler/Marla Sutherland

Size: px
Start display at page:

Download "Department: Corporate Services Fax: To: Distribution List From: Bernadette Lawler/Marla Sutherland"

Transcription

1 Department: Corporate Services Fax: To: Distribution List From: Bernadette Lawler/Marla Sutherland Fax: Date: February 23, 2015 Phone: Pages: 13 including this cover page Re: T Ashburnham Drive Reconstruction Comments: Addendum # 1 is attached hereto. Take notice that the City of Peterborough has issued the attached addendum number 1 for Request for Tenders # T which is the first addendum issued to date. Please confirm you have received this addendum by signing below and faxing a copy of this covering sheet to Corporate Services, City of Peterborough, 500 George Street North, Peterborough, Ontario, K9H 3R9, Attention Bernadette Lawler or Marla Sutherland, Fax: If you are unable to fax the confirmation sheet, please confirm receipt by to Tenders@peterborough.ca. Sandra Clancy, Director Corporate Services Toll Free: Ext 1860 Addendum Confirmation: I hereby confirm I have received addendum 1 to City of Peterborough, Request for Tenders # T and that I have received 1 addendum issued to date for this Request for Tenders. Signature Company Date Note: The submission forms include a section for the Bidder to indicate the number of addenda they have received. If a Bidder does not reflect the proper number of addenda issued on the Tender documents submitted, the Tender would be rejected unless in the opinion of the City the missing addendum could not reasonably be expected to have altered the price submitted

2 The City of Peterborough Addendum Number 1 to Request for Tenders T Item: T Ashburnham Drive Reconstruction The following outlines amendments to the original documentation for the above noted Request for Tenders. Item 1 Questions and Answers 1. Item I5 - Supply/Install Portable Variable Message Board The says the PVMS boards are to be supplied for the duration of the contract. As this is a carryover contract do they have to stay in place over the winter shutdown? Answer: The PVMS boards shall be in full operation a minimum of three weeks prior to the beginning of construction and a minimum of two weeks following the Contractor ceasing work for the winter shut down, providing that traffic is operating as per the intended use of the roadway. 2. Item B28 Supply/Install Unilock Hollandstone Interlocking Brick The for this item states: The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials necessary to supply and install Unilock Hollandstone interlocking brick as per manufacturers specifications and as indicated on the contract drawings. I cannot find any reference to this item on the contract drawings. Please clarify? Answer: The interlocking stone is located at civic address #1811 Ashburnham Drive, on both sides of the concrete sidewalk leading up to the front of the existing building. Appropriate labeling will be shown on the For Construction drawings. 3. Item B2 Removal/Disposal of Asphalt Partial Depth Where is the 1,850m2 of partial depth asphalt removal? I don t see it on the removal drawings. Answer: The partial depth asphalt removal area is located from station to station which currently shows asphalt removal but shall be revised to grinding. Grinding area shall also include construction limits at Maria, Marsdale and Beavermead entrance. Appropriate labeling will be indicated on the For Construction drawings

3 4. General Inquiry Please provide a breakdown of the Granular A & Granular B quantities? Answer: A breakdown of granular A and B quantities will not be provided. Please refer to City of Peterborough Specification, Ontario Provincial Standard Specifications and design drawings. 5. Item B27 Supply/Install PG45 Pourous Paving System The for Item B27 specifies UpLand Meadow Zone seed mix. The seed contractors are asking what this is? Can you please forward the mix composition? Answer: 36 shall be revised to read topsoil and seed mix shall be 50% Azay Blue sheep fescue and 50% Red Fescue at 30Kg/Ha and in accordance with manufacturing installations specifications. 6. Item A26 Repair Existing Armour Stone Retaining Wall Please identify the limits and scope of work intended to be included in this item. What are the City s expectations for this repair? Answer: The existing retaining wall is being undermined and the Contractor shall be responsible for repairing the wall. The City is expecting that the Contractor remove the armour stone at the S/W portion of the wall, place a new structurally sound base, and re-install the armour stone. The newly installed armour stone shall return the wall to its original condition while matching the remainder of the existing retaining wall slope. 7. Item A18 Supply/Install Armour Stone Retaining Wall Please provide details (top/bottom of wall elevations, cross-sections, etc.) for all proposed armour stone retaining walls. Answer: The Contractor will be responsible for providing shop drawings showing top/bottom of wall elevations, cross-sections, etc. 8. Item A7 Paid Duty Police Officer (Provisional Sum) Will the City pay for all paid duty officers under Item A7? Meaning we do not need to include the cost of a paid duty officer under any other item in the contract? Answer: No, the City will not compensate for all paid duty officers. As per 6, paid duty officer will only be compensated for by the City when requested by the Contract Administrator, in order to exceed traffic control requirements. 9. General Inquiry Where will the contractor receive payment for removal of the existing electrical? Answer: Item E48 Remove/Salvage Existing Street Light / Traffic Signal Equipment has been added to Revised Section B, Schedule E

4 10. Item A8 Supply/Install Temporary Concrete Barriers The for Item A8 calls for supply, place, maintain, relocate and remove (minimum of 50 metres) of temporary concrete barriers (OPSD ) or approved equivalent to separate vehicular traffic from the construction work zone The for Item A1 Traffic Control states that Sewer and water main excavations within 3 metres of the travelled lane shall be protected with precast concrete barriers. Excavations within 1.5 metres of the travelled edge of pavement shall be backfilled after each days work. Please clarify the intent of item A8. Are temporary concrete barriers to be used to separate any work zone adjacent to traffic or only sewer/watermain trenches within 3m of the travelled lane? Answer: Temporary concrete barriers are to be used for all sewer/watermain trenches as per Item A1 (1) and when elevation differences cannot be maintained with 3:1 slopes. 11. Item B9 Earth Excavation and Grading Can you please forward the earth calculations (i.e. surplus disposed off-site, fill required on site, topsoil stripping, etc.). Answer: The City is not required to forward the earth calculations as CP for item B9, earth excavation and grading, identifies that the cost of disposing all surplus material and/or unsuitable material. The unit price bid shall also be full compensation for any stockpiling and/or double handling of excavated material to be used for backfill. The item also includes all excavation of topsoil is included in this item unless a separate topsoil stripping item is included in the Contract. 12. General Inquiry Do you have a structure table for this project? Many of the CB s do not have inverts on the drawing. Can concrete pipe be used in place of the 450,525&600 PVC pipe? Answer: The structure table is provided herein. Concrete pipe will not be permitted to be used in place of PVC. Item 2 Section B 1. Section B, Page 5 Schedule A Site Item A18 Quantity has been revised. Replace Section B Page 5, in the Tender Bid, with the replacement page Section B, Page 5 REVISED Schedule A Site provided herein

5 2. Section B, Page 13 Schedule D Sanitary Item D10 Item has been added Replace Section B Page 13, in the Tender Bid, with the replacement page Section B, Page 13 REVISED Schedule D Sanitary provided herein. 3. Section B, Page 19 Schedule E Electrical Item E48 Item has been added Replace Section B Page 19, in the Tender Bid, with the replacement page Section B, Page 19 REVISED Schedule E Electrical provided herein. 4. Section B, Page 22 Schedule F Water Main Item F17 Description has been revised Replace Section B Page 22, in the Tender Bid, with the replacement page Section B, Page 22 REVISED Schedule F Water Main provided herein. 5. Section B, Page 22 Schedule F Water Main Item F18 Item has been added Replace Section B Page 22, in the Tender Bid, with the replacement page Section B, Page 22 REVISED Schedule F Water Main provided herein. 6. Section B, Page 22 Schedule F Water Main Item F19 Item has been added Replace Section B Page 22, in the Tender Bid, with the replacement page Section B, Page 22 REVISED Schedule F Water Main provided herein. End of Addendum #1 List of Attachments Revised Section B The Tender, Pages 5, 13, 19 and 22 Storm Structure Table Sanitary Structure Table - 5 -

6 Tender: T Name: Ashburnham Drive Reconstruction REVISED Schedule A Site Note: Unit and/or lump sum prices shall not include HST Item Spec Description Unit Est. Qty. Unit Price Amount A15 Water Taking Reporting A16 Remove/Disposal of Existing Chain Link Fence LM 35 Supply/Install Chainlink Fence A17 a) 1.2m High LM 8 b) 1.8m High LM 75 A18 Supply/Install Armour Stone Retaining Wall M A19 Removal/Disposal of Existing Architectural Handrail LM 25 A20 Supply/Install Black Architectural Handrail LM 160 A21 Supply/Install Sentinel Manual Dual Swing Barrier Gate EA 4 A22 Supply/Install/Maintain/Remove Turbidity Curtain EA 2 A23 CP Dust Suppressants - Calcium Chloride Flake KG 2,500 A24 CP Dust Suppressants - Water M Removal/Disposal of Creek Sediment A25 a) North Meade Creek b) South Meade Creek Section B Tender Bid Page 5 of 36

7 Tender: T Name: Ashburnham Drive Reconstruction REVISED Schedule D Sanitary Note: Unit and/or lump sum prices shall not include HST Item Spec Description Unit D1 CP Removal/Disposal of Existing Sanitary Sewer Est. Qty. LM 150 Unit Price Amount D2 D3 D4 D5 D6 D7 CP CP CP CP CP Removal/Disposal of Existing Sanitary Structures Removal/Disposal of Existing Sanitary Structures (Partial Depth) Abandonment of Existing Sanitary Sewer Supply/Install DR 28 PVC Sanitary Service (150mm Diameter) Supply/Install DR 35 PVC Sanitary Sewer (300mm Diameter) Supply/Install Concrete Sanitary Structure (1200mm Diameter) Connect to Existing Sanitary Manhole EA 1 EA 4 LM 375 LM 135 LM 335 EA 4 D8 a) EX SANMH b) EX SANMH D9 CP Supply/Install 19mm Clear Stone Bedding Foundation Including Filter Fabric (Provisional) a) 150mm Diameter LM 135 b) 300mm Diameter LM 335 Removal/Disposal of Existing D10 CP Asbestos Containing Pipe (Provisional Item) LM 135 Schedule D Total = Section B Tender Bid Page 13 of 36

8 Tender: T Name: Ashburnham Drive Reconstruction REVISED Schedule E Electrical Note: Unit and/or lump sum prices shall not include HST Amount Item Spec Description Unit Est. Unit Price Qty. Supply/Install Audible E40 CP Pedestrian Push Buttons and Cable (IPS)(2) E41 CP E42 CP E43 CP Supply/Install Fibre Optic Interconnect Cable in Ducts Duplex Loop Detectors including Flexible Duct Diamond Loop Detectors including Flexible Duct LM 1400 EA 17 EA 8 E44 Supply/Install 8-Phase Nema CP Traffic Signal Controller CP including Turn-On EA 3 Supply/Install Oversize Street E45 CP Name Signs E46 CP Quality Control Supply/Install Temporary Traffic Signals E47 a) Maria Street and Ashburnham Drive b) Marsdale Drive and Ashburnham Drive c) Willowcreek Trail and Ashburnham Drive (IPS) E48 CP Remove/Salvage Existing Street Light / Traffic Signal Equipment Schedule E Total = Section B Tender Bid Page 19 of 36

9 Tender: T Name: Ashburnham Drive Reconstruction REVISED Schedule F Water Main Note: Unit and/or lump sum prices shall not include HST Item Spec Description Unit Est. Qty. Unit Price Amount F13 Transfer existing 15 mm copper water service (#1811) to 300 mm water main (SI Water Dept. staff to tap 300 mm water main). LM 8 F14 Transfer existing 20 mm copper water service (#1803) to 300 mm water main (SI Water Dept. staff to tap 300 mm water main). LM 8 F15 Transfer existing 150 mm water service (#152 Lansdowne) to 300 mm water main including 300 x 150 mm tapping sleeve and valve, 150 mm 45 bend, 150 mm coupling (SI Water Dept. staff to tap 300 mm water main). LM 15 F16 Cut out existing 150 mm tee and abandon interconnect at hydrant (north west corner of Lansdowne St. and Ashburnham Dr.) F17 F18 F19 Cut out existing 200 mm tee in intersection. Abandon 200 mm water main on Ashburnham Remove/Dispose of 200mm Water Main from station to station (Provisional Item) Abandon 200mm water main from to station (Provisional Item) Schedule F Total = Section B Tender Bid Page 22 of 36

10

11

12

13