Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1

Similar documents
TENDER WELLCOX ACCESS ROAD ADDENDUM 1

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NO. NWIT DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM NO. 3

DOCUMENT ADDENDA AND MODIFICATIONS

Invitation to Tender No. T170523EN. lump sum $ days $1,500 $ ha 0.4 $ $ m 3 18,000 $ $ m 3 31,000 $ $ m 3 1,175 $ $ m 130 $ $ t 210 $ $

DISTRICT OF TOFINO BARRS MOUNTIAN RESERVOIR REPLACEMENT PROJECT. Attached, please find Addendum # 1 for the above noted project.

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

SECTION MEASUREMENT AND PAYMENT

ADDENDUM #2 NWIT Watermain Replacement Program New Westminster, BC. Please see Addendum #2 from Wedler Engineering LLP (12 pages following)

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES

SECTION MEASUREMENT AND PAYMENT

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

Construction Specification for General Excavation

HALIFAX REGIONAL MUNICIPALITY SECTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

CONSTRUCTION SPECIFICATION FOR EXCAVATING, BACKFILLING AND COMPACTING FOR MAINTENANCE HOLES, CATCH BASINS, DITCH INLETS AND VALVE CHAMBERS

SECTION MEASUREMENT AND PAYMENT

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

The Regional Municipality of Peel Basis of Payment

SECTION TRENCHING & BACKFILLING

SECTION MEASUREMENT AND PAYMENT

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

INVITATION TO TENDER ITT / PS VANCOUVER LANDFILL FRONT ENTRANCE REDESIGN - PRELOAD QUESTIONS AND ANSWERS NO.1

YES, we received Addendum No. 1

SCHEDULE OF QUANTITIES CPUT BELLVILLE JOB NO: SECTION 1 : PRELIMINARY AND GENERAL ITEM PAYMENT DESCRIPTION UNIT QTY RATE AMOUNT

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

NOTICE OF ADDENDUM #1 - March 22, 2013

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

Re: Contract T.4784 Addendum No. 3 Westminster Highway Widening Nelson Road to McMillan Way

Construction Specification for Trenching, Backfilling and Compacting

Water Transmission System Upgrades

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016


DOCUMENT ADDENDUM No. 2

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water Supply Services

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM

WEST BENCH SUPPLY OPTIONS

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

EXCAVATION, TRENCHING & BACKFILLING..1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto.

B441 - WATERMAINS - OPSS GENERAL

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES

SECTION 1500 REMOVALS

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES

DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

Special Provision No. 405F03 March 2005

SPECIFICATION FOR PIPE CULVERT CONSTRUCTION

SECTION 10 - TRENCHING AND BACKFILLING

APPENDIX D: COST ESTIMATES

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

Surface Infrastructure Restoration for Utility Cuts DIVISION 14 Shallow Buried Utilities Section _Mar29_2016.pdf Page 1 of 20 INDEX

SPECIAL SPECIFICATION 6666 Charter Communications System

CONTRACT DOCUMENTS. Pressure Reducing Station Replacement CONTRACT # DISTRICT OF 100 MILE HOUSE SET NO. Owner:

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

SECTION A1 EXCAVATION AND BACKFILL GENERAL

B701 WATERMAINS- OPSS 701

SPECIFICATIONS SCOPE OF WORK

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines.

THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION

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

CITY OF KELOWNA STANDARD DRAWINGS INDEX AND CROSS-REFERENCE TO MMCD

Project Name: US-2 Chain Lake Rd. Intersection Improvements Date: 8/31/10 PW #: M Fed Aid #: ARRA 0002(821) Inspector: Mike Cabe

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST

SANBORN COUNTY

Index to Technical Specifications

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

November 29, CITY OF PLANT CITY Purchasing Division (813)

BUREAU Joe Iuviene, AIA January 20, 2017

ADDENDUM #3 NWIT Front Street Parkade Demolition and Rehabilitation New Westminster, BC

GENERAL PLAN OF SERVICING

EXCAVATION & BACKFILLING GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

Project Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance

CITY OF ELKO BID TABULATION FOR Sports Complex

406 - PIPE SEWERS - MTC FORM 406

CCU Engineering Specifications. Section PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT

PUBLIC WORKS DESIGN, SPECIFICATIONS & PROCEDURES MANUAL LINEAR INFRASTRUCTURE

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

Chapter 3: Permit Procedures and Requirements

SECTION TRENCHING

Transcription:

October 9 2013 File: 10-6340-20-P.12202-Vol 01 Finance and Corporate Services Department Finance Division Telephone: 604-276-4218 Fax: 604-276-4162 Attention: To All Tenderers Dear Sir/Madame: Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1 This Addendum includes items of clarification, forms part of the Contract Documents and shall be read, interpreted and coordinated with all other parts. Please review and consider the following information in the preparation of your Submissions: I. FORM OF TENDER Appendix 1 Delete pages B-11 and B-12 and replace with pages B-11, R-1 and B-12, R-1 attached to this addendum. II. CONTRACT DRAWINGS 1. Drawing Oc-1069, Sheet 1 of 2 Delete note that says: Proposed Allan block retaining wall (4 ) c/w 1.2 m handrail inside of wall. See MMCD std. dwg. C14 for handrail type and C13 for in earth installation. And replace with: Proposed Allan block retaining wall c/w 1.2 m handrail inside of wall. See MMCD std. dwg. C14 for handrail type and embedded mounting installation. 2. Drawing 3554-08-0A, Sheet 1 of 1 Delete note that says: 11.25 o radius bends c/w thrust block. And replace with: 11.25 o radius bends. All joints are to be fully restrained. Delete note that says: Compacted sand backfill. And replace with: MMCD compliant 75 mm minus, well graded, crushed sand and gravel.

- 2 - Add note: For the proposed 150 mm sanitary forcemain the trench zone shall consists of MMCD compliant 19 mm minus as per MMCD drawing no. G4. 3. Drawing 3554-08-0A, Sheet 1 of 1 in Sanitary Forcemain Notes: Delete note that says: 7. Thrust blocks minimum 0.2 m2 bearing area (0.45 m x 0.45 m x 0.30 m thick) And replace with: 7. All joints are to be fully restrained. 4. Drawing Oc-1073, Sheet 6 of 6 Delete note that says: 100 mm topsoil and sod. And replace with: 100 mm topsoil and hydro seeding. 5. Drawing 12-5814-G3 Add note under 3.0 Materials: c. For the proposed 150 mm sanitary forcemain the trench zone shall consists of MMCD compliant 19 mm minus as per MMCD drawing no. G4. III. MEASUREMENT OF PAYMENT OF WORK 1. Item D-1 Supply and Install 150 mm diameter PVC Sanitary Forcemain Delete the entire description and replace with: Payment for this item will be made at the lump sum tendered as shown on the Schedule of Quantities and Prices for the supply and installation of the pipe to the depth as specified in the Contract Documents and Drawings. The lump sum price tendered shall include but not be limited to all excavation; survey layout; traffic control; the disposal of all excavated materials; the supply and installation of the pipe, restraints, fittings and caps; imported backfill; bypass set-up if required; tieins to existing mainline; compaction and surface restoration; cleaning, flushing, pressure testing and all other materials, labour and equipment to complete the works as specified in the Contract Documents and Drawings. The lump sum price tendered shall also include but not be limited to plugging the ends of the abandoned forcemain, dewatering and shoring as required, supplying and installation of corrosion protection on all buried metal items, temporary pumping and disposal of wastewater effluent from the existing forcemain where required. Disposal method of wastewater effluent to be approved by Contract Administrator prior to commencement of the tie-in works. 2. Item E-1 Supply and Install Allan Block Retaining Wall Delete the first and second paragraph and replace with: Payment for this item will be made at the unit price tendered per square metre face as shown on the Schedule of Quantities and Prices.

- 3 - The unit price tendered shall include but not be limited to the excavation, survey layout; traffic control, the disposal of all excavated materials, imported backfill, the supply and installation of an Allan Block retaining wall and any other materials, equipment and labour required to complete the work as shown on Contract Documents and Drawings. 3. Add Item E-4 Tree Removal (Optional) Should the owner elect to do Optional Work, payment for this item will be made at the unit price tendered as shown on the Schedule of Quantities and Prices. The unit price tendered shall include but not limited to removal and disposal of all branches, stumps, timber and vegetation remains to the satisfaction of the Contract Administrator and in accordance with all regulatory agency and environmental requirements. Measurement will be made for each tree removed. IV. QUESTIONS AND ANSWERS (answers provided in italics): Q1. Can this tender be made available in excel format please? A1. The tender will not provided in an excel format at this time. Q2. Why do you require a Gantt chart? This project is so small that a software schedule is extraordinary. A2. Although the project is small, a detailed schedule is still a valuable tool for staff. The Contractor can choose to use Appendix 2 in the tender form. Q3. If we are responsible for legal survey reinstatement, please provide survey data so that we can determine what the costs will be, if any. A3. The Contractor shall determine if there is any legal survey reinstatement required. Q4. Can the subbase material for this project be river sand per your supplemental? A4. Yes, river sand may be used as a subbase material, as per City Supplementary Specifications Section 31 05 17 2.5.2. Q5. There is no unit for variable depth asphalt required at the driveways. A5. The Contractor shall allow for variable depth asphalt required at the driveways in their unit rate for driveway tie-ins. Q6. There is no unit for milling or for 40mm asphalt. A6. Asphalt milling is included under the pay item Supply and Install Asphalt Pavement in Measurement of and Payment for Work. Q7. What is the length required for the 75 mm communications duct running south from Gilley to McLean?

- 4 - A7. The 75 mm communications conduit and conductors running south from Gilley Rd to McLean Rd is existing and does not need to be replaced. Q8. What are the restrictions for the forcemain tie in? Does this work have to be done at night? What are the flows that need to be handled? Are the flows constant or are there times when it is not pumping and that a tie in could be scheduled? A8. The Fraser pump station (upstream pump station) can be turned off during the day for a maximum of 4 hours. If the Contractor requires the station to be turned off longer than 4 hours, a vacuum truck must be provided to lower the levels at the station. A dump site will be provided for the vacuum truck if required. The Contractor shall install a mechanism to prevent backflow from the system downstream. Q9. Is there a scheduled site visit? A9. No, there is no scheduled site visit at this time. Q10. Are all the asphalt items (Upper course and lower course) to be done at the same time, one after the other? Or are they going to be done at separate times and needing two mobilizations? A10. For this particular project, the typical settlement period will be waived because the widened roadway will be mainly for cyclist use. The upper course and lower course asphalt may be done without a settlement period. Yours truly, Julia Turick Buyer 2 FOR: Pratima Cheung Project Manager

City of Richmond B-11 Contract T.4992 Roadway Construction Westminster Hwy from Gilley Rd to #23591 Westminster Hwy R-1 B-8 Supply and install asphalt pavement a) Roadway (50mm UC#1) sq.m. 100 b) Roadway (100mm LC#2) sq.m. 85 c) Walkway (50mm UC#2) sq.m. 260 d) Walkway (35mm UC#2) sq.m. 240 PRICE TOTAL AMT. B-9 B-10 Supply and install hand rails as per MMCD 32 31 13 Supply and install top soil and finish grading (incl. slope fill material as required) lin.m 89 sq.m. 100 B-11 Supply and install hydraulic seeding sq.m. 100 B-12 B-13 Supply and install pavement markings (thermoplastic) incl. paint line eradication Supply and install new signage and relocate existing signs as required B-14 Supply and placement of preload TOTAL FOR ROADWORKS B (Excluding G.S.T.) C C-1 ELECTRICAL Traffic signal modifications and improvements TOTAL FOR ELECTRICAL WORKS C (Excluding G.S.T.) PRICE TOTAL AMT.

City of Richmond B-12 Contract T.4992 Roadway Construction Westminster Hwy from Gilley Rd to #23591 Westminster Hwy R-1 D D-1 D-2 D-3 SANITARY/STORM WORKS Supply and install 150mm dia. PVC sanitary forcemain Supply and install 150mm dia. PVC drainage lateral Supply and install standard top inlet catch basin lin.m. 7 each 2 D-4 Relocate existing lawn basin each 1 TOTAL FOR SANITARY/STORM D (Excluding G.S.T.) E E-1 MISCELLANEOUS Supply and install Allan block Retaining Wall (incl. geogrid, backfill and base) sq.m. 50 E-2 Relocate existing Jersey Barrier E-3 Remove existing Jersey Barrier E-4 Tree Removal (OPTIONAL) ea. 1 TOTAL FOR MISCELLANEOUS E (Excluding G.S.T.) PRICE PRICE TOTAL AMT. TOTAL AMT.