TENDER WELLCOX ACCESS ROAD ADDENDUM 1

Similar documents
Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

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

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

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

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

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

SUPPLEMENTAL DRAWINGS

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

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

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

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

SECTION MINOR CONCRETE

DOCUMENT ADDENDA AND MODIFICATIONS

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

CITY OF ROCKLIN STANDARD DRAWINGS

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

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

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

YES, we received Addendum No. 1

COST ESTIMATE STREET IMPROVEMENTS (Off Site)

DOCUMENT ADDENDUM No. 2

CITY OF ELKO BID TABULATION FOR Sports Complex

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

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

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

City of St. Catharines Standard Drawings JULY Revised July 21, 2017 TES-ENG (SH)

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

SECTION MEASUREMENT AND PAYMENT

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

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST

STANDARD SPECIFICATIONS JULY 2012 S-11 CULVERTS, HEADWALLS AND ROADSIDE DRAINAGE TABLE OF CONTENTS

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

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

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

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

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.

DIVISION 1100 TRAFFIC

City of St. Catharines Standard Drawings SEPTEMBER Revised September 6, 2018 TES-ENG (SH)

TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT ADDENDUM 2

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF ELECTRICAL CHAMBER

PERMANENT PAVEMENT REPAIR NO SCALE

TABLE OF DRAWINGS. Pierce County Public Works & Utilities

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

HALIFAX REGIONAL MUNICIPALITY SECTION

DIVISION 3 PAVEMENT (FLEXIBLE AND RIGID) CONSTRUCTION SPECIFICATIONS

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

Improvement Plan Cost Estimate

(ENGLISH UNITS) FILE:

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

TABLE OF DRAWINGS. Pierce County Public Works & Utilities

SECTION MEASUREMENT AND PAYMENT

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

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

The Regional Municipality of Peel Basis of Payment

The Tender Documents shall be amended and will become part of the Contract Documents.

ENGINEERING DESIGN & IMPROVEMENT STANDARDS

CW 3235 RENEWAL OF EXISTING MISCELLANEOUS CONCRETE SLABS TABLE OF CONTENTS

Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253)

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF ELECTRICAL CHAMBERS

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION Edition

Construction Specification for Utility Adjustments

CITY OF FARGO SPECIFICATIONS REMOVALS

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION.

CITY OF FARGO SPECIFICATIONS REMOVALS

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

SECTION PAYMENT PROCEDURES

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

Addendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2

APPENDIX D: COST ESTIMATES

CONSTRUCTION SPECIFICATION FOR NEW MAINTENANCE HOLE, CATCH BASIN, DITCH INLET, AND VALVE CHAMBER INSTALLATION

CITY OF CARLSBAD 101 N. HALAGUENO STREET CARLSBAD, NEW MEXICO

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

MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS)

(SIZE) MANHOLES CATCH BASINS AND DITCH INLETS -Item No. ADJUSTING AND REBUILDING MANHOLES, CATCH BASINS AND DITCH INLETS - Item No.

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:

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

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

Kaysville Parks and Recreation Department Request For Bids Pioneer Park Phase I RFB 10-17

Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253)

Maine Turnpike Authority

DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS

CONSTRUCTION SPECIFICATION FOR REMOVAL

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY

SPECIAL SPECIFICATION 6664 Level (3) Communications System

CITY OF TACOMA Department of Public Utilities Tacoma Power

SPECIAL SPECIFICATION 6658 Time Warner Communications System

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 01/22/02 PAGE : 1 TABULATION OF BIDS

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

Chapter 3: Permit Procedures and Requirements

CW 3240 RENEWAL OF EXISTING CURBS TABLE OF CONTENTS

ADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015

Transcription:

TENDER 2336-2019 WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2336-2019. Revisions supersede the information contained in the original Tender Contract 2336-2019 or previously issued Addendum. No consideration will be allowed for any extras due to any Proponent not being familiar with the contents of this Addendum. The following changes become effective immediately. INSTRUCTIONS TO TENDERERS ADD ARTICLE 34. SUPPLEMENTAL TO SECTION 10 All of the lighting conductors shown on the electrical drawings 23501, 23502 and 23503 shall be changed from No. 6 copper to No. 4 aluminum. The bond conductors will be changed from No. 8 copper to No. 6 aluminum. The grounding system and connections shall remain copper. All aluminum terminations shall use anti oxidation compound as required by the Canadian Electrical Code. Contractor shall use Cu/Al rated splice hardware for all connection from aluminum to copper wire. SCHEDULE OF QUANTITIES REPLACE Schedule of Quantities and Prices (attached). Changes are noted in RED. SECTION 12 DELETE Section 11 Measurement and Payment ADD Section 12 Measurement and Payment (attached)

Tender Contract 2336-2019 Addendum 1 con t Page 2 QUESTIONS/ANSWERS Q1. Where are we to include for the Catch basin Junctions? They should be under their own item 7.71 Service Junctions. A1. Payment for these connections will be incidental to other tendered items Q2. Where are we to include for the connections to existing piping at the new manholes? The manhole item says nothing about connecting to existing piping, this should also be under its own item 7.72. A2. The schedule of quantities is adjusted to reflect the inclusion of manhole connections Q3. I count 5 SW-1 catch basins, not 4. A3. The correct number is 6 SW-1 catch basins. The schedule of quantities is adjusted to reflect that number Q4. Can you confirm for item 10.6 regarding the BC Hydro Drawing in Appendix 2, are we to supply and install everything shown on this drawing, including the 2 new hydro poles, pilasters, Type 832 Junction box, and all required conduit? Will restoration and trench backfill be paid under the separate items in the tender form? A4. BC Hydro will supply pilasters and junction box. The new hydro poles are already installed. Supply of conduit and all other work associated with BC Hydro dwg. no. 501-U07-02300 will be paid for through item 10.6 NOTE: Submit signed copy of this Addendum 1 with your tender submission. Date: 2019-FEB-12 Signature Company Name Date

Section 2 General Conditions 2.1 Location of Works - Project Layout (Article 7) (not to exceed 5% of the total project price) 1 lump sum Total Section 2 Section 3 General Requirements 3.1 Existing Structures & Utility Works (Section 3.70) Location of Existing Structures a) Storm, Sanitary and Water 4 no. 3.2 Control of Public Traffic (Section 3.73, Instruction to Tenderers Article 29 and Supplemental Specifications 1.02) 1 lump sum 3.3 Removal of Existing Pipe (Section 3.74) a) 600mm dia. CMP 28 m 3.4 Removal of Existing Structures (Section 3.75) a) Gate on Front Street 1 no. b) Steel frame +/- Sta 1+300 1 no. c) Rail track and ties +/- sta 1+640 1 lump sum d) Catch Basin 6 no. e) Headwalls/In-Outlets Structures 1 no. f) Fence, gates and posts 1 lump sum g) Miscellaneous concrete blocks and barriers 1 lump sum h) Remove 3 Existing buildings 1 lump sum Total Section 3 Section 4 Trench Excavation, Bedding and Backfill 4.1 Imported Granular Fill (Section 4.73) 2,000 tonne Total Section 4 Section 6 Sanitary Sewer System 6.1 Piping, Fittings and Services (Section 6.70) a) 50mm dia. HDPE DR11 forcemain 122 m 6.2 Connect to Existing Piping (Section 6.72) a) 50mm dia. HDPE DR11 forcemain 1 no. b) Tie into Existing Manhole 1 no. Total Section 6 Page 1 of 6

Section 7 Stormwater Management 7.1 Piping, Fittings and Services (Section 7.70) a) 200mm dia. PVC DR35 100 m b) 250mm dia. PVC DR35 (provisional item) 95 m c) 300mm dia. PVC DR35 71 m d) 750mm dia. PVC DR35 310 m e) 750mm dia. Reinforced Concrete Class lll (3) 30 m 7.2 Caps/ Plugs a) 200mm dia. 10 no. b) 600mm dia. 1 no. 7.3 Connections to Existing Piping and Appurtenances (Section 7.72) a) 300mm pipe 2 ea b) 250mm dia. PVC pipe to manhole (as per Addendum 1) 2 ea c) 300mm dia. PVC pipe to manhole (as per Addendum 1) 2 ea d) 600mm dia. CMP pipe to manhole (as per Addendum 1) 1 ea 7.4 Precast Manholes Sections (Section 7.73) a) 1050mm dia. 3 vm b) 1350mm dia. 10 vm 7.5 Catch Basins (Section 7.74) a) SW-1 (as per Addendum 1) 4 6 ea b) SW-4 1 ea 7.6 Concrete Bases, Frames & Covers (Section 7.75) a) 1050mm dia. 2 ea b) 1050mm dia. Cast in place 1 ea c) 1350mm dia. 4 ea 7.7 Manhole and Cleanout Lid Markers (Section 7.89) 4 ea 7.8 Inlet and Outlet Structures (Section 7.84) a) 300mm dia. Headwall c/w Trash Rack 1 ea b) 750mm dia. Headwall c/w Plasti-Fab Flap Composite Gate and Trash Rack 1 ea 7.9 Rip Rap (Section 7.85) a) Class 250 55 m 3 b) 38mm Drain Rock 3 m 3 c) Non-woven Geotextile Underlay 65 m 2 7.10 Drainage Ditch a) Excavate and shape to line and level 240 m b) Hydroseed 1 lump sum Total Section 7 Page 2 of 6

Section 8 Curbs and Sidewalks 8.1 Curbs (Section 8.70) a) Concrete Curb CS-4A 585 m 8.2 Sidewalks (Section 8.71) a) 100mm Thick Concrete 150 m 2 8.3 Cutting and Removal of existing Sidewalk (Section 8.72) a) Concrete 92 m2 8.4 Cutting and Removal of existing Curb & Gutter (Section 8.73) a) Concrete 46 m 8.5 Adjust Catch Basins and Manholes (Section 8.74) 3 ea 8.6 Handrails, Bollards and Barriers (Section 8.75) a) Removable barrier posts (Dwg. No. CS-14) 6 ea 8.7 Pre-cast highway barrier a) CMB-C 7.5 m b) CRB 35 m c) CTB 2 ea d) CBN 2 ea 8.8 Pexco FG300 Interstate Grade Curb system, installed using adhesive as per the manufacturers instructions 65 m 8.9 Fencing (as per MMCD Standard Dwg no. C13) a) 1.8m chain link fence, black vinyl coated 480 m b) 1.0m chain link fence, black vinyl coating 100 m c) Manual sliding security gate (Instruction to Tenderers Article 33) Provisional Sum $ 15,000.00 d) Automated sliding security gates with controller box (Instruction to Tenderers Article 33) Provisional Sum $ 80,000.00 e) 1.8m chain link swing gates (12m wide) 2 ea e) 1.8m chain link swing gates (10m wide) 1 ea Total Section 8 Page 3 of 6

Section 9 Streets 9.1 Stripping and Common Excavation (Section 9.70) 215 m 3 9.2 Regrading, compaction and reshaping of existing gravels (Section 9.82) 9,500 m 2 9.3 Sub-Base (Section 9.76) 350 tonne 9.4 Base Course (Section 9.77) a) Road, walkway and multi-use path 3,150 tonne b) Shoulder backfill 135 tonne 9.5 Traffic Signs (Section 9.80) a) Supply and Install new Sign complete with base 19 ea b) Relocate existing Sign 1 ea 9.6 Street markings (Section 9.81) 1 lump sum Total Section 9 Section 10 Roadway Lighting & Traffic Signalization 10.1 Concrete Pole Base (Section 10.91) a) Type "C" 24 ea b) Type "C1" 1 ea 10.2 Conduit & Wiring (Section 10.92) a) 50 mm RPVC 980 m 10.3 Poles & Luminaries (Section 10.93) a) Highways Type 2 (Dwg. No. E-5.1) 15 ea b) Highways Type 2 with service base 1 ea c) 6.5m type 2, LED Pedestrian Luminaire Pole 66w 9 ea 10.4 Junction Boxes (Section 10.95) 3 ea 10.5 BC Hydro Service Connection 1 ea 10.6 BC Hydro dwg. No. 501-U07-02300 (Appendix 2) (Section 10.99) 1 lump sum Total Section 10 Page 4 of 6

Section 12 Asphaltic Concrete Paving 12.1 Cutting of Existing Asphaltic Concrete Pavement (Section 12.70) a) For edge of walkway 240 m 12.2 Removal of Existing Pavement (Section 12.71) a) Upto 100mm thick - Access Road 7,900 m 2 d) Upto 100mm thick - Walkway meets Front Street 64 m 2 c) Grinding (50mm) - roadway 1,300 m 2 d) Grinding (50mm) - walkway 2,350 m 2 12.3 Tack Coat (Section 12.73) 13,350 m 2 12.4 Asphaltic Concrete (Section 12.74) a) 50mm Thickness - overlay 1,350 m 2 b) 75mm Thickness 6,100 m 2 c) Sidewalk (50mm thick) 2,800 m 2 d) Waterfront walkway (50mm thick overlay) 3,100 m 2 Total Section 12 Section 14 Landscape 14.3 Furniture a) 1372l x 660w x 533h sybertech self watering planters 49 ea b) 916mm dia circular sybertech self watering planters 9 ea c) Larson Park Bench - Surface mount, with salt primer, black super texture powder coat finish, and black plastic lumber slats with 150mm concrete pad 6 ea d) Garbage can - Victor Stanley SD-35 ironsides series, 35 gallon, lockable with domed lid 3 ea e) Bolted banner arms installed on street light 7 ea f) Planting Mediums (soil for planters) 29 m 3 Total Section 14 Page 5 of 6

SUMMARY Section 2 Section 3 Section 4 Section 6 Section 7 Section 8 Section 9 Section 10 Section 12 Section 14 Subtotal - Tender Bid Price GST TOTAL CONTRACT: NAME OF COMPANY: SIGNATURE OF SIGNING OFFICER: DATE: Page 6 of 6

SECTION 12 - ASPHALTIC CONCRETE PAVING MEASUREMENT AND PAYMENT MEASUREMENT AND PAYMENT Cutting of Existing Asphaltic Concrete Pavement 12.70 Removal of Existing Pavement 12.71 Adjustment of Services 12.72 Tack Coat 12.73 Asphaltic Concrete 12.74 Section 12 - Asphaltic Concrete Paving Eng. Specification and Standards Page 1 of 2 DATED: 2016

SECTION 12 - ASPHALTIC CONCRETE PAVING MEASUREMENT AND PAYMENT 12.70 CUTTING OF EXISTING ASPHALTIC CONCRETE PAVEMENT Section 12.42 Payment for cutting of existing asphaltic concrete pavement will be made at the unit price per linear metre of cut shown in the Tender Form, regardless of pavement thickness. This price shall include cutting and all work incidental thereto. No payment will be made for cutting of existing pavement except where a neat vertical edge is required for paving operations. No payment will be made where cutting has been necessitated by the Contractor's operations. 12.71 REMOVAL OF EXISTING PAVEMENT Section 12.42 Payment for removal of existing pavement as specified in the Tender Form will be made at the unit price per square metre shown in the Tender Form for pavement removed, regardless of thickness. Payment will be based on the measured area of the pavement designated for removal. (This price shall include ripping, grinding, loading, hauling, disposal and all work incidental to the removal of asphaltic concrete pavement.) No payment will be made where removal of existing asphaltic concrete pavement is included in common excavation or has been necessitated by the Contractor's operations. 12.72 ADJUSTMENT OF SERVICES Section 12.43 Payment for the adjustment of existing manholes, catchbasins, valve boxes and other structures within the area to be paved will be made at the unit prices shown in the Tender Form. These prices shall include materials and all work incidental thereto. 12.73 TACK COAT Section 12.45 Payment for tack coat will be made at the unit price per square metre shown in the Tender Form. Payment will be based on the measured area of the tack coated surface. This price shall include material, spraying, and all work incidental thereto. 12.74 ASPHALTIC CONCRETE Section 12.46-12.51 Payment for asphaltic concrete pavement will be at the unit price per tonne or square metre shown in the Tender Form. Payment by weight will be based on weighing certificates for mix actually incorporated into the work. Payment by square metre will be based on the actual area of asphaltic concrete pavement laid. The price by weight or square metre shall include final base preparation, supply of aggregate and asphaltic cement, mixing, weighing, transporting, placing, compacting and all other work incidental thereto. Section 12 - Asphaltic Concrete Paving Eng. Specification and Standards Page 2 of 2 DATED: 2016