michael pacholok purchasing and materials management ... · added: nursery sod item 29b (within...
TRANSCRIPT
Michael Pacholok Chief Purchasing Officer
Purchasing and Materials Management City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2
Sabrina Dipietro, Acting Manager Construction Services
1
March 8, 2019 Via Internet Posting (24 pages)
ADDENDUM No. 5 REQUEST FOR TENDER No. 69-2019
Contract No. 19ECS-TI-08BE
For Rehabilitation of Bridge ID157 Islington Avenue over Humber River
Closing Date: 12:00 NOON (LOCAL TIME), March 15, 2019
Please refer to the above Tender Call document in your possession and be advised of the following: I. REVISED PRICING FORM
The following items within the pricing form have been modified. An updated pricing form is attached and must be used for bid submission. Failure to use the updated pricing form will result in bid disqualification. Item Modified Description
Item 17 (within Part B Section I Road)
Updated Quantity
Item 18 (within Part B Section I Road)
Updated Quantity
Item 19 (within Part B Section I Road)
Updated Quantity
Item 20 (within Part B Section I Road)
Updated Quantity
Item 25 (within Part B Section I Road)
Updated Quantity
Item 26 (within Part B Section I Road)
Updated Quantity
Item 29A (within Part B Section I Road)
Added: Nursery sod
Item 29B (within Part B Section I Road)
Added: Earth excavation, grading
Item 29C (within Part B Section I Road)
Added: Remove tactile walking surface indicator
Item 29D (within Part B Section I Road)
Added: Tactile walking surface indicator
Item 65A (within Part B Section III Electrical
Added: Pedestrian Crossover Signals
REVISED CONTRACT DOCUMENTS
The following items within the Contract Document have been modified:
• Revised scope in Special Provision “Concrete Removal, Partial Depth - SP26” to read:
Subsection 928.01 .03 of OPSS.MUNI 928 is amended with the modificationof the following, which additionally includes abutment walls within ConcreteRemoval, Partial Depth — Type C:
Concrete Removal, Partial Depth — Type C (Vertical Face ofAbutment Walls, Ballast Walls, Bearing Seats, Wingwalls, RetainingWalls, and Piers);
Under the item “Concrete Removal, Partial Depth — Type C (VerticalFace of Abutment Walls, Ballast Walls, Bearing Seats, Wingwalls,Retaining Walls, and Piers)”, the work is modified by the addition of thefollowing:
• Remove all local delaminated and deteriorated concrete fromfront face of abutment walls as to the depth and details asdirected by the Contract Administrator.
All of the above noted work shall be completed as shown on the ContractDrawings.
• Special Provision “Pedestrian Crossover Signal - SP 40” is added:
48. Pedestrian Crossover Signals — SP4O
Special Provision March 7, 201 9
1.0 SCOPE OF WORK
Work of the above-noted item shall be performed as per the Toronto HydroApproved Consultant Contract Drawings (Utility Solutions Corp.) and shall beaccording to Toronto Hydro Electric systems standards and guide lines, and otherapplicable codes and standards.
Please refer to “Attachment 7 — THESL” within this document for Toronto Hydroworks.
3.0 MEASUREMENT FOR PAYMENT
There shall be no measurement for payment for this lump sum item. The lump sumprice shall include the cost for construction to complete the Toronto Hydro work.
4.0 BASIS OF PAYMENT
Payment shall be made in full for all labour, equipment, materials required tocomplete the Toronto Hydro work.
• Amendment to Subsection 928.01 of OPSS.MUNI 928 specified underSpecial Provisions “Concrete Removal, Full Depth — SP27” and“Concrete Removal, Deck Joint Assemblies — SP28” is modified with thefollowing:
Under the item “Concrete Removal, Full Depth”, the Contractor shallperform full depth concrete removals. Removal methods shall be selected toensure no detriment to the structural integrity of adjacent bridge componentsthat is to remain during and after the work.
Work shall include, but not be limited to, the following:
• Remove existing parapet walls with railing on deck and onwingwalls.
• Remove existing curbs;• Remove existing light pole bases;• Remove existing approach slabs and associated sidewalk
and curbs to the limit shown on the Contract Drawings.Extreme care must be taken to prevent damage to existingducts and cables. Bell inspector to be on site to inspectcondition of the ducts during concrete removal andinstallation of new reinforcement at the sidewalk and beforepouring concrete at the sidewalk. Any damage incurred to theexisting ducts or cables during construction (if reported byBell inspector) shall be repaired immediately at thecontractor’s expense at no cost to Bell Canada. Maximumnominal 7 kg class hammers shall be used for all concreteremoval in the vicinity of Bell ducts;
• Dispose all removal material off site.3
Under the item “Concrete Removal, Deck Joint Assemblies”, theContractor shall perform full depth concrete removals. Removal methodsshall be selected to ensure no detriment to the structural integrity of adjacentbridge components that is to remain during and after the work.
• Remove existing expansion joint assemblies at abutments asshown on the tendering drawings, including the removal ofthe expansion joint assembly at wing walls;
• Extreme care must be taken to prevent damage to existingducts and cables Bell inspector to be on site to inspectcondition of the ducts during concrete removal andinstallation of new reinforcement and before pouring theconcrete for the reconstructed expansion joints on the bridgesidewalk. Any damage incurred to the existing ducts orcables during construction (if reported by Bell inspector) shallbe repaired immediately at the contractor’s expense at nocost to Bell Canada. Maximum nominal 7 kg class hammersshall be used for all concrete removal in the vicinity of Bellducts;
• Dispose all removal material off site.
• Revised scope in Special Provision “Concrete Removal, Partial Depth - SP26” to read:
Under the item “Concrete Removal, Partial Depth — Type A (atDeck and Sidewalk Top Surface)”, the work includes the following:
• Remove all local delaminated and deteriorated concrete fromdeck surface including exterior sidewalks as to the depth anddetails as directed by the Contract Administrator;
• Extreme care must be taken to prevent damage to existingducts and cables. Bell inspector to be on site to inspectcondition of the ducts during concrete removal and installationof new reinforcement at the sidewalk and before pouringconcrete at the sidewalk. Any damage incurred to the existingducts or cables during construction (if reported by Bellinspector) shall be repaired immediately at the contractor’sexpense at no cost to Bell Canada. Maximum nominal 7 kgclass hammers shall be used for all concrete removal in thevicinity of Bell ducts.
Ill. REVISED DRAWINGS
The following drawings are revised with the attached revised drawings:
DWG # Description
• Cover Page Revised
• 157-S0494-O1 Revised
• 1 57-S0494-07 Revised
4
• 157-S0494-13 Revised
• 1 57-TS0494-02 Revised
• 1 57-TS0494-03 Revised
• 1 57-TS0494-04 Revised
• 1 57-TS0494-05 Revised
• 157-TS0494-06 Revised
• 1 57-ESC0494-01 Revised
• 1 57-ESC0494-02 Revised• 1 57-E0494-04 Added: Temporary Pedestrian Crossover Layout
IV. QUESTIONS AND ANSWERS
Q1: SP22 for waterproofing requires 3 coats of hot rubberized asphalt waterproofingmembrane — please confirm as the typical requirement has usually been 2 coats.
Al: The repairing will have waterproofing on both the bridge deck and the twoapproach slabs, counting the waterproofing on the deck as one integral membrane.The two approach slabs needs two separate waterproofing membranes. So 3separate membranes in total are needed.
Q2: Drawing S1 3, End Joint Detail B calls for a 4Ox8Omm deep sawcut joint filled withhot rubber but only 20mm asphalt fibre board — please confirm.
A2: The above number “40x80 mm deep sawcut” is revised to “20x40 mm deepsawcut”, see the revised drawing in Section Il.
Q3: In reviewing SP26 for tender item 49 Concrete Removal Type C , there is no mentionof how we are to be paid for removing delaminated concrete from the abutment faces. Inthe original tender documents, it was stated that this scope of work would be paid underitem 49. Addendum 4 removed this clause. Please confirm under which item is work tobe paid?
A3: In SP 26, tender item 49 “Concrete Removal — Partial Depth — Type C” shallinclude “Abutment Walls” in Clause 928.07.03, Please see revision to SP 26 shownon II. REVISED CONTRACT DOCUMENTS.
Q4: Referring to page 4 of addendum 4, paragraph 5 “There shall be no separatepayment for reinforcing steel, which are deemed to be included in the work, for ConcretePatches, Form and Pump” and “Concrete Patches, Unformed Surface”. The reinforcingsteel for Concrete Refacing, Form and Pump shall be stainless steel, as shown in theContract drawings”
There are stainless steel dowels and stainless steel reinforcing to be supplied andinstalled for the abutment refacing work. Is the payment for the stainless steel dowels tobe paid under tender item 57? Is the payment for the stainless steel to be paid under item37?
The description as noted in 2 in not clear. The tender includes specific pay items fordowels and reinforcing steel/stainless steel. By our calculations the work involved withthe refacing; dowels and reinforcing are included in the tender items 37 and 57 for therefacing work. If we are to include the cost of the stainless steel dowels as well as the
5
stainless steel reinforcement in tender item 54, then adjust the tender quantities down foritems 37 and 57 accordingly so that we are not carrying twice the cost of the work.Otherwise remove the clause ‘There shall be no separate payment for reinforcing steel,”from the above paragraph.
A4: There is no separate payment for reinforcing steel for Type A and Type Bconcrete patch repair. For Type C patch repair, reinforcing steel is measured andpaid into two pay items:- Stainless reinforcing steel rebar: Item 37;- Stainless steel dowels: Item 57.Please note that the Pay Item 57 also includes stainless steel dowels from the deckparapet wall construction; dowels in water drip reconstruction are paid in Item 60.Pay Item 54 only includes the concrete and is measured in volume.
Q5: Referring to the questions and answers section, A-2 in Addendum 4: The scheduleis changed to one season with extended working hours with a completion date of October2019; winter shutdown is not needed.The tender documents include a pay item for Bird nesting preventative measures item 61with SP detailing the following:
“During the migratory bird nesting season, the contractor shall not destroy nests duringthe migratory bird nesting season April 1 to August 31. The contractor shall only removeinactive nests outside the migratory bird nesting season September 1 to March 31”.The anticipated award date as specified in the contract will not be earlier than April 12,2019, thus missing the timing window to install preventative bird nesting measures(netting). If one had inspected the site during the mandatory site meeting, there are oldbird nests on the bridge girders thus confirming that birds do nest at this location. Thereis at least 4 months of work under the structure such as debris platform erection/removaland coating the structural steel. The completion date of October 2019 is not correct.Considering this construction constraint, please reassess the completion date.
A5: No work shall be permitted to proceed that would result in the destruction ofactive nests, or the harming of birds, protected under the MBCA and/or anyregulations therein. No Birds protected by the MBCA or species at risk wereobserved under the bridge during field investigations. Rock Pigeon and EuropeanStarling nests do not receive protection under MBCA.
Should you have any questions regarding this addendum contact Christina Kysym by email atChristina.Kysym @toronto.ca.
Please attach this addendum including the revised or added drawings to your Request for Tenderdocument and be governed accordingly. Bidders must acknowledge receipt of all Addenda onthe space provided on the Tender Call Cover Page as per the Process Terms and Conditions,Sectiow1 Item 10 - Addenda, of the Tender Call document. All other aspects of the Tenderremin the sane.
/
Youly,’
Sa19hapipi9tro, --------
ActJng MrágerConstruction ServicesPurchasing and Materials Management
6
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-08BE
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.69-2019
Total Per Item
Part A General
1 TS 1.10 Field office each$_________ $_________1.00
2 Payment for bonds and Insurance lump sum
$_________ $_________1.00
3 GN114SP Pre-construction photos and videos lump sum
$_________ $_________1.00
4 GN132SS Mobilization and demobilization lump sum
$_________ $_________1.00
5 TS 1.00/ GN102SP,/ SP1 / GN105SS / RD419SS
Traffic Control lump sum
$_________ $_________1.00
6 GN127SP Portable changeable message sign each$_________ $_________2.00
7 GN101SP Capital improvement project construction signs
each$_________ $_________2.00
8 TS 4.50 / GN121SS / RD422SS
Utility adjustment each$_________ $_________
T-704.010-1 1.00
9 GN116SP Pre-construction and post-construction condition surveys
lump sum
$_________ $_________1.00
Total For Part A General
Part B Major Roads
Section I Road
10 TS 1.00 / OPSS 741 / GN102SP / SP3
Temporary precast concrete barrier m$_________ $_________OPSD
911.140 / OPSD 911.233
297.00
11 TS 1.00/ GN102SP/SP3
Relocate temporary precast concrete barrier
m$_________ $_________260.00
12 OPSS.MUNI 723/ SP4
Temporary energy attenuator each$_________ $_________4.00
13 OPSS.MUNI 723/ SP4
Temporary energy attenuator - relocation
each$_________ $_________4.00
14 TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 3.10/TS 2.10 / RD423SS
Superpave 12.5 FC1, Traffic Category C, PG 64-28
t$_________ $_________188.00
Mar 08, 2019 16 Page 3 -
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-08BE
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.69-2019
Total Per Item
15 TS 3.20/TS 3.10/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10 / RD423SS
Superpave 19.0, Traffic Category D, PG 64-28
t$_________ $_________177.00
16 TS 3.20 / RD423SS
Tack coat m2$_________ $_________3,588.00
17 TS 3.70/TS 1350/TS 2.10/ SP7 / GN106SS / RD424SS
Concrete sidewalk - 150 mm thick m2$_________
5$_________T-310.010-1
/T-310.010-2/T-310.010-5/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-11
87.00
18 TS 510/ SP8 / GN106SS
Remove concrete sidewalk including curb monolithic with sidewalk, all thicknesses
m2$_________
5$_________87.00
19 TS 3.17/TS 3.50/TS 1350/TS 2.10/ SP9 / GN106SS / RD407SS
Concrete curb and gutter m$_________
5$_________
T-600.05-1 88.00
20 TS 510/ SP10 / GN106SS / RD407SS
Remove curb, curb and gutter - all types
m$_________
5$_________88.00
21 OPSS.MUNI 721/ SP2
Steel beam guide rail - with channel m$_________ $_________16.00
22 TS 510/ SP11 Remove steel beam guide rail, all types
m$_________ $_________16.00
23 TS 3.15 / OPSS.MUNI 510 / SP5 / GN121SS
Removal of Asphalt Pavement - Partial Depth
m2$_________ $_________157.00
24 TS 510 / OPSS.MUNI 510 / SP5
Removal of Asphalt Pavement from Concrete Surfaces on Structure
m2$_________ $_________1,710.00
25 OPSS 710 / RD419SS / GN121SS
Field reacted polymeric pavement marking - 100 mm wide
m$_________
5$_________2,025.00
26 OPSS 710/ SP12 / RD419SS
Pavement marking obliterating m$_________
5$_________2,025.00
Mar 08, 2019 17 Page 3 -
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-08BE
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.69-2019
Total Per Item
27 OPSS 703 / SP6
Removal, Salvage and Installation of Pole Mounted Sign
each$_________ $_________5.00
28 SP13 INLETSOXX for inlet protection each$_________ $_________4.00
29 SW303SS Clean out existing catch basins and sumps
each$_________ $_________4.00
29A TS 5.00/TS 2.10
Nursery sod m2$_________
5$_________20.00
29B TS 206 / GN125SS
Earth excavation, grading m3$_________
5$_________6.00
29C TS 510 Remove tactile walking surface indicator
m$_________
5$_________3.00
29D TS 3.70 Tactile walking surface indicator m$_________
5$_________T-310.030-1
0/T-310.030-11
3.00
Total For Section I Road
Section II Bridge
30 OPSS 511 Rip-rap m2$_________ $_________103.00
31 OPSS805/ SP14
Cofferdam lump sum
$_________ $_________1.00
32 OPSS 904/ SP15
Concrete in light pole bases m3$_________ $_________1.00
33 OPSS.MUNI 904/OPSD 3419.100/ SP15
Concrete in parapet walls m3$_________ $_________36.00
34 OPSS.MUNI 904/ SP15
Concrete in approach slabs m3$_________ $_________85.00
35 OPSS.MUNI904/ SP15
Concrete in Expansion Joints End Dams
m3$_________ $_________31.00
36 OPSS.MUNI 905/ SP16
Reinforcing steel bar t$_________ $_________11.00
37 OPSS.MUNI 905/ SP16
Stainless steel reinforcing bar t$_________ $_________14.00
38 OPSS.MUNI905/ SP16
Mechanical Connectors each$_________ $_________110.00
39 OPSS.MUNI 905/ SP16
Stainless steel mechanical connectors
each$_________ $_________85.00
Mar 08, 2019 18 Page 3 -
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-08BE
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.69-2019
Total Per Item
40 OPSS.MUNI908/ SP17
Parapet Wall Railing m$_________ $_________164.00
41 OPSS.MUNI 911/ SP18 / BR601SS / BR602SS
Cleaning and coating of structural steel
lump sum
$_________ $_________1.00
42 OPSS.MUNI 911/ SP21 / BR601SS / BR602SS
Environmental protection during coating of structural steel
lump sum
$_________ $_________1.00
43 OPSS.MUNI 914/ SP22 / BR603SS
Bridge deck waterproofing m2$_________ $_________2,089.00
44 OPSS.MUNI 920/ SP23
Deck joint assemblies, installation m$_________ $_________OPSD
3950.10061.00
45 OPSS.MUNI 922/ SP24 / BR601SS
Bearings each$_________ $_________18.00
46 OPSS.MUNI 928/ SP25
Access to work area, work platform and scaffolding
lump sum
$_________ $_________1.00
47 OPSS.MUNI 928/ SP26 / GN106SS
Concrete removal - partial depth - type A
m3$_________ $_________3.00
48 OPSS.MUNI 928 / GN106SS
Concrete removal - partial depth - type B
m3$_________ $_________1.00
49 OPSS.MUNI 928/ SP26 / GN106SS
Concrete removal - partial depth - type C
m3$_________
4$_________30.00
50 OPSS.MUNI 928/ SP27 / GN106SS
Concrete removal - full depth m3$_________ $_________131.00
51 OPSS.MUNI 928/ SP28 / GN106SS
Concrete removal - deck joint assemblies
m3$_________ $_________31.00
52 OPSS.MUNI930
Abrassive Blast Cleaning of Reinforcing Steel
m2$_________
4$_________350.00
53 OPSS.MUNI 930/ SP29
Concrete patches, unformed surface m3$_________ $_________3.00
54 OPSS.MUNI 930/ SP29
Concrete Refacing, Form and Pump m3$_________ $_________42.00
55 OPSS.MUNI 930/ SP29
Concrete patches, form and pump m3$_________
4$_________14.00
Mar 08, 2019 19 Page 3 -
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-08BE
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.69-2019
Total Per Item
56 OPSS 932/ SP30
Crack injection m$_________ $_________145.00
57 OPSS.MUNI 904/ SP31
Dowels into concrete each$_________ $_________2,461.00
58 TS 9.00/ SP32
Surface sealing for structural concrete
m2$_________ $_________800.00
59 SP33 Jacking of superstructure lump sum
$_________ $_________1.00
60 SP34 Pier nose plates lump sum
$_________ $_________1.00
61 SP35 Birds nesting preventive measures lump sum
$_________ $_________1.00
62 SP36 Bell utility temporary support lump sum
$_________ $_________1.00
63 SP37 Tree removal each$_________ $_________49.00
64 SP38 Supply, Install, Maintain and Remove Sediment Control Fence
m$_________ $_________650.00
Total For Section II Bridge
Section III Electrical
65 SP39 Toronto hydro electrical system limited work
lump sum
$_________ $_________1.00
65A TTD 812.001 / TTD 805.005/ SP40
Pedestrian Crossover Signals lump sum
$_________ 5
$_________1.00
Total For Section III Electrical
Total For Part B Major Roads
Part C Contingency
66 20% Contingency lump sum
No Bid 1
No Bid1.00
67 Contingency allowance PSN/A
1N/AN/A
Total For Part C Contingency
Mar 08, 2019 20 Page 3 -
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-08BE
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.69-2019
Total Per Item
Summary of Tender Total
Part A General
Part B Major Roads
Total Bid Price = $X
Company GST/HST Registration number:
HST Amount (13%) = $Y
Total Amount of Tender Call = $X + $Y
Please indicate this amount on the Tender Call Cover Page next to "Amount of Tender Call Herein".
Subtotal
Contingency (20.00%)
Mar 08, 2019 21 Page 3 -