ADDENDUM No. 7 - Norfolk County · Transformers shall be built in accordance with CAN/CSA-C88-M90...

31
Rev. 06.17 FO-153 Page 1 of 19 Accessible formats and communication supports available upon request. Date: January-29-18 To: Bidders for Norfolk County Bid No. PW-E-17-41 Waterford Waste Water Treatment Facility Upgrades From: Scott Zerbes, Project Manager, Public Works [email protected] Subject: Addendum No. # 7 (19 pages plus 12 pages of attachments) ADDENDUM No. 7 This Addendum shall form part of the Contract Documents. The Bidders should acknowledge receipt of this Addendum on the Submission Form – Appendix A. 1. Clarification – Hydrogeological Investigation, Permit To Take Water and associated Dewatering The Contractor is not required to retain the services of geotechnical consultant to complete a hydrogeological investigation and subsequent Permit to Take Water (PTTW) application. The Owner will arrange for these items to be completed. The contractor shall include a cash allowance of $750,000 for continuous dewatering activities for which a PTTW would apply. Dewatering activities that do not require at PTTW shall be included in the installation costs for the applicable item and will not, under any circumstances, be covered by this cash allowance. The cash allowance will be applied as follows: Expend the cash allowance only on the Engineer’s written instructions. The cash allowance shall be carried by the Contractor. Cash allowances shall not be included by a Subcontractor in the amount for Subcontract work. The Contract Price and not the cash allowance includes the Contractor’s overhead and profit in connection with such cash allowance. Include in each expenditure from cash allowances, applicable taxes as required; but, excluding Harmonized Sales Tax, which shall be shown as a separate amount and not part of cash allowance amount.

Transcript of ADDENDUM No. 7 - Norfolk County · Transformers shall be built in accordance with CAN/CSA-C88-M90...

Rev. 06.17 FO-153

Page 1 of 19

Accessible formats and communication supports available upon request.

Date: January-29-18 To: Bidders for Norfolk County Bid No. PW-E-17-41 Waterford Waste Water Treatment Facility Upgrades From: Scott Zerbes, Project Manager, Public Works

[email protected] Subject: Addendum No. # 7 (19 pages plus 12 pages of attachments)

ADDENDUM No. 7 This Addendum shall form part of the Contract Documents.

The Bidders should acknowledge receipt of this Addendum on the Submission Form – Appendix A.

1. Clarification – Hydrogeological Investigation, Permit To Take Water and

associated Dewatering The Contractor is not required to retain the services of geotechnical consultant to complete a hydrogeological investigation and subsequent Permit to Take Water (PTTW) application. The Owner will arrange for these items to be completed.

The contractor shall include a cash allowance of $750,000 for continuous dewatering activities for which a PTTW would apply. Dewatering activities that do not require at PTTW shall be included in the installation costs for the applicable item and will not, under any circumstances, be covered by this cash allowance. The cash allowance will be applied as follows:

• Expend the cash allowance only on the Engineer’s written instructions. • The cash allowance shall be carried by the Contractor. Cash allowances

shall not be included by a Subcontractor in the amount for Subcontract work.

• The Contract Price and not the cash allowance includes the Contractor’s overhead and profit in connection with such cash allowance.

• Include in each expenditure from cash allowances, applicable taxes as required; but, excluding Harmonized Sales Tax, which shall be shown as a separate amount and not part of cash allowance amount.

Rev. 06.17 FO-153

Page 2 of 19

Accessible formats and communication supports available upon request.

• The Owner will provide the hydrogeological investigation and PTTW to the Contractor after award.

• The Contractor shall obtain three prices for the dewatering activities based on the requirements as outlined by the hydrogeological investigation and PTTW. The prices will be submitted to the Owner and Engineer for review and approval. The Contractor shall proceed as directed.

• A Change Order will be issued to adjust the cash allowance to reflect the direction provided by the Owner and/or Engineer.

2. Clarification – HYDRO ONE WORK

For bidding purposes, assume that Hydro One will place primary metering at the entrance of the property. The contractor is responsible for power distribution on the property. This includes the requirements of 16000 and 16013. Refer to E-1110. The existing poles and wire may be reused. Assume that two existing poles fail ESA testing and need replacement. Purchase, locate and install a new transformer at the New Headworks building and connect. Extend the hydro line to the new tertiary building using the new Hydro poles. Purchase, locate and install a new transformer at this location. Assume #2 ACSR and 30’ class II poles, installation to conform to OESC requirements. All guying and hardware are the contractor’s responsibility. Contractor shall supply and install 3-phase (or single-phase) gang operated primary load break switches at each transformer. The minimum rating for the switch shall be 34.5kV, 200kV BIL, 600A rated with 4000A momentary and 2000A fault closing, one-time, duty cycle. Assume the two (2) existing transformers are owned by Hydro One and may be returned. Testing of the oil for PCB’s if required will be carried out by the contractor with the lab fees paid directly by the County. Transformers shall be built in accordance with CAN/CSA-C88-M90 (Power Transformers and Reactors) latest edition and as a general guideline meet CSA C802 standard specifications with respect to impedances and efficiencies. To be accepted: a. Prior to purchase, the contractor shall submit the following to Hydro1 for review and approval. The specification of the transformer, including but not limited to,

Rev. 06.17 FO-153

Page 3 of 19

Accessible formats and communication supports available upon request.

kVA capacity, short-circuit rating, manufacturer’s performance curves, primary and secondary voltages, configuration, tap positions and bushing design, core and winding construction details, cable termination details, basic impulse levels, insulation class, operating temperature and cooling details. b. any non-standard loading conditions (e.g. harmonic loading etc.) must be noted. c. all certified factory and field acceptance test results including but not limited to resistance measurements, no-load loss at rated voltage, exciting current at rated voltage, impedance and load loss, applied potential tests, induced potential tests, polarity and phase relation tests, ratio test, low frequency test and chopped wave and full wave impulse tests (Losses shall be corrected to 850C); d. a coordination study, which demonstrates co-coordinated protection between BPI’s over-current protection installed at the point of primary supply, the transformer’s high-voltage over-current protection and the transformer’s (or substation’s) low-voltage over-current protection. e. one set of as-built name plate and outline drawings of the transformer and any high-voltage switchgear. f. one set of design and as-built site plan of the transformer installation showing the equipment layout, proposed primary connections, and grounding details, where applicable; Contractor is responsible for maintaining power to the original site during construction. This may require two gensets; one to power existing headworks (see E-1730) and one to power the pump communications and sampler at the existing outfall (see E-1110 site plan - location of new SAGR influent pump chamber is near this location). The old electrical equipment is to be removed by the contractor.

Rev. 06.17 FO-153

Page 4 of 19

Accessible formats and communication supports available upon request.

3. Clarification – Pressure Transmitter P-303 PRESSURE INSTRUMENTATION – Transmitters

TAG NUMBER PIT-303

GENERAL: Service Plant Service Water Pressure P & I Diagram Drawing No. P-1250 Location Discharge of Effluent Pumps ACCPT. MANUFACTURER

Product ROSEMOUNT / ENDRESS & HAUSER

Model 3051 / Cerabar S with diaphragm seal

OPERATING CONDITIONS

Medium Service Water Ambient Temperature

0 to 40°C

MEASURING DEVICE

Sensor Range 0 to 700 kPa Temperature Range

0 to 100°C

TRANSMITTER Power Supply 24 VDC Signal Output: Analogue

4 – 20 mA isolated

Accuracy 0.1% of range Enclosure NEMA 7 Display LCD or LED Electrical Connection

½” NPT Female with screw terminals for wiring ½” NPT conduit

Area Classification

NEMA 4X

Approval CSA ACCESSORIES: Diaphragm Seal Utilize In-Line Annular Seals Isolator Device Red Valve, as specified below Mounting As Required

Rev. 06.17 FO-153

Page 5 of 19

Accessible formats and communication supports available upon request.

TAG NUMBER PIT-303

Support Material As Required NOTES:

1. Manifold, integral type with two valves (1x block, 1x test/vent) meeting ANSI B31.1 configuration, directly mounted to the primary element with standard ½” NPT process connections.

4. Clarification All counter tops in the LAB R-302 (Tertiary Building) to be stainless steel countertops.

5. Clarification Under the room finish schedule (Drawing TPC164089-A-3150) delete reference to drywall suspended ceiling in maintenance Garage R-309 (Tertiary Building). Ceiling in this room to be exposed concrete core slab unpainted.

6. Clarification Under the room finish schedule (Drawing TPC164089-A-2110) delete reference to painted concrete ceilings in rooms 201, 202, 203, 205, 207 and 208 (headworks Building). Ceilings in these rooms to be exposed concrete core slabs unpainted.

7. Delete: Appendix B – Schedule of Items & Prices Replace With: Revised Appendix B – Schedule of Items & Prices

8. Question: The specifications state: 7. (Final design and approvals by Hydro One is pending. The above instructions are meant to give a general scope. Final instructions will be given by addendum.)

Rev. 06.17 FO-153

Page 6 of 19

Accessible formats and communication supports available upon request.

Addendum 5 did not provide final instructions. Please provide final instructions as Hydro One has evaded all emails and voicemail concerning their scope of work and we require further clarification to give our best estimate. Answer: See narrative in Clarification 2.

9. Question: 1. See list of valves not included on the valve list. Are they required? What spec do we use? a. 2 Ball BLV-400 b. 2 Ball BLV-406 c. 2 Check CHV-401 d. 1 Backflow Preventer BFP-404 e. 1 Ball BLV-407 f. 0.5 Ball BLV-457 g. 0.5 Ball BLV-458 h. 0.5 Check CHV-459 i. 1.5 Backflow Preventer BFP-445 j. 1.25 Backflow Preventer BFP-444 k. 4 Ball BLV-416 l. 4 Ball BLV-417 m. 2 Ball BLV-418 n. 2 Ball BLV-419 o. 2 Ball BLV-420 p. 2 Ball BLV-421 q. 2 Ball BLV-422 r. 2 Ball BLV-423 s. 2 Ball BLV-424 t. 2 Ball BLV-425 u. 2 Ball BLV-426 v. 2 Ball BLV-427 w. 2 Check CHV-428 x. 2 Check CHV-429 y. 1 Ball BLV-440 z. 1 Ball BLV-441

Rev. 06.17 FO-153

Page 7 of 19

Accessible formats and communication supports available upon request.

aa. 1 Ball BLV-442 bb. 1 Ball BLV-443 cc. 6 BTFY BFV-502 dd. 6 BTFY BFV-504 ee. 8 BTFY BFV-507 ff. 8 BTFY BFV-508 gg. 6 BTFY BFV-509 hh. 6 BTFY BFV-522 ii. 6 BTFY BFV-524 jj. 8 BTFY BFV-527 kk. 8 BTFY BFV-528 ll. 6 BTFY BFV-529 Answer: The 500 series valves are part of the air system and are part of the Nexom scope of work. Contact Nexom to confirm supply party. All valves noted on the drawings and specifications are required. The 400 series valves listed in the question are part of the potable water system. Specifications for the 400 series valves include but are not limited to Specification 15060 (Pipes and Fittings) and 15430 (plumbing specialties).

10. Question: Do you have approved/acceptable manufacturers for the manual bar screens? Answer: No. Details are provided on drawings and specifications.

11. Question: Can you confirm the contractor is 100% required to carry the entire cost of Hydro One’s scope, including the supply and installation of the 2 incoming transformers and hydro poles? There is not even a spec on these two transformers. Answer: See narrative in Clarification 2.

Rev. 06.17 FO-153

Page 8 of 19

Accessible formats and communication supports available upon request.

12. Question: It is seems like not all documents were issued for our consideration. Different contractors were asking the same question all over again regarding water drawn test and other aspects related to geotechnical investigation, and the only answer that was received is that the contractor is solely responsible for estimating dewatering rates and hire a geotechnical firm for all geotechnical investigation; However, according to Geotechnical Reports 1 and 2, pages 11 and 14 respectively, a “…preliminary construction dewatering assessment…” has already been completed by PML and has been issued under separate cover (Technical Memorandum reference 14HF013, dated February 26, 2016). Both Geotechnical Reports also state that the “…technical memorandum should be read in conjunction with this report.”. Therefore, please could you issue a copy of PML’s Technical Memorandum reference 14HF013 to the interested parties to ensure that all investigation data is captured for the submission and reviewed appropriately. If Norfolk County is interested in getting a price of this project within a budget, this document better should be issued. Answer: See Clarification 1 in this Addendum.

13. Question: Q1: Section 13610 page 7 of 14 item 2.7.3 please clarify this statement. What are you looking for on the software.? Answer: Successful proponent will be required to have the software needed to build a working system and assist with troubleshooting. We know of no way to properly configure the system without the software. The client and programmer have their own software and do not need the successful proponent to turn over copies at the end of the project.

14. Question: Please confirm handholes are acceptable for long exterior conduit runs (fiber, lighting, etc), as it would be extremely costly to install manholes at each location. Specifications only mention manholes.

Rev. 06.17 FO-153

Page 9 of 19

Accessible formats and communication supports available upon request.

Answer: Handholes are acceptable.

15. Question:

Please request specifications for panelboards, transformers, distribution and pole mount. At this point, there is not enough information to provide an accurate quotation. Answer: See narrative in Clarification 2.

16. Question: The vendor/supplier does not have enough information regarding light fixture “A”: Specification 16500 Paragraph 2.6 requires furnishing of 1 spare occupancy sensor for “A” type luminaires. Type “A” luminaires do not come supplied with a built-in sensor and therefore must be supplied loose. a. How many sensors are required for this job? b. Please provide sensor requirements. Answer: This was left in in error. No occupancy sensors are required in Specification 16500.

17. Question: Please also provide more details on transformers, distribution and pole mount panelboards. There simply is not enough information to quote these equipment. Answer: See narrative in Clarification 2.

18. Question: There is a “refrigerated sampler system” shown on drawing P-3030. Please advise where this equipment is listed in the specifications. Also please advise if this unit will require a compressed air system.

Rev. 06.17 FO-153

Page 10 of 19

Accessible formats and communication supports available upon request.

Answer: The sampler is provided by facility operations and is not to be provided as part of this project.

19. Question: Would it be possible to show the locations, sizes, and elevations of all housekeeping pads, thickenings and slab built-ups under block walls on the structural plans? You can see them in the sections, but there are no dimensions, especially in the filtration room where there’s a fair bit of concrete. Answer: The location of pads are provided in both structural and process drawings. Pads which may be varied to accommodate the selected tanks, pumps or other small items have been shown on process drawings only. Elevations are based on floor slab elevations with pad thickness shown on either process or structural drawings. Details for pad construction are provided on structural drawings.

20. Question: i) Could you release the preliminary construction dewatering assessment (PML Technical Memorandum, Feb. 26, 2016) as referred to in PML Report 2 (December 2016) Section 4.6.1? ii) Since Addendum 2 stipulates that the general contractor is responsible to obtain all permits with respect to the groundwater taking, could you provide a revised schedule knowing that some time will be needed for hydrogeological testing, analysis and MOECC applications, and that the MOECC processing time for PTTW applications is up to 90 days if testing and analysis shows that an EASR is not applicable? iii) Alternatively, in order to expedite the PTTW application process, would the owner (Norfolk) consider either having their geotechnical / hydrogeological consultant begin the PTTW application process now using the information they have but is not available to the bidders, or provide an allowance for the PTTW application process? Answer: See narrative in Clarification 1.

Rev. 06.17 FO-153

Page 11 of 19

Accessible formats and communication supports available upon request.

21. Question: On drawing E-1110, It indicate there are light standards, how many are there in front of Tertiary building? How many lights are there on each pole? Or where is this information on the drawings? Answers: There are three light standards in front of the Tertiary building. As shown in E-1110 General Site Plan and explained in words on the Tertiary building Site Plan. As noted in addendum 4 question 35, the C2 should be G2. The fixtures are a double fixtures(360W). A G1 designation indicates a single fixture (180W).

22. Question: (Supply and Install poles and lighting standards as shown on the drawings EEMAC 4.) DIV 16000. Where can we find drawing EEMAC 4? Answer: Use pole as specified in 2.3.2 which is the Viper SSS series pole. The manufacturer has excellent instructions for installation. As a guideline only, foundation information can be found in OPSD 2228.0100.

23. Question: On drawing E-1110, it indicate that there is a 53mm conduit for fiber. Is there any location for pull boxes or spec’s on these pull boxes Answer: There are no locations or numbers for pull boxes. Use pull boxes where and if needed. Rexel rectangular pull boxes OldCastle type.

24. Question: 180125c On drawing E-1261, it indicate LP-6, are the lights and the devices exiting? Also, on drawing E-1760 of the interior detail SAGR influent pumps, Do you have any detail on the exterior box that is require for this? Answer: It is uncertain what is meant by “lights and devices exiting”. The light is interior to the box so an electrician can see. Addendum 4, Question 2 added

Rev. 06.17 FO-153

Page 12 of 19

Accessible formats and communication supports available upon request.

a light (G1 type). Addendum 4, Question 2 noted light to be powered by 110V from LP6. A 15A GFCI breaker should be added to power this light. The title ‘Interior Detail SAGR Influent Pumps’ is a misnomer. The various boxes are not enclosed in an exterior box.

25. Question: On drawing number P-1250, Process P&ID-Effluent pumping chamber Tertiary building, it indicates a PIT-303 to be installed downstream of pumps, however there are no specs for a pressure transmitter. Should this instrument be specified under Division 13? If so what are the specifications. If not, is it to be supplied in a vendor package? Please clarify. Answer: See specification as part of this addendum in Clarification 3.

26. Question: Regarding Fibre Optic Cable Specifications. Which one takes precedence? In Section 13420 INSTRUMENTATION; Paragraph 2.13.1 specifies fibre optic cable to be 12 strand, 9/125 micron, single mode, … homogenius gel. In Section 16122 WIRES AND CABLES 0-1000V, Paragraph 2.1.8.1 specifies fibre optic cable to be 12 strand, 8.3/125 micron, single mode,…. Gel-free loos tube fibres,… Answer: Use the specification in 13420, section 2.13.1.

27. Question: Regarding VANE FLOW SWITCH, Specification 13420 INSTRUMENTATION, Paragraph 2.8. Where are these used and how many are required? Are these part of the HVAC systems and supplied by HVAC Vendor or part of the Instrumentation package? Answer: Refer to Addendum 4, question 29.

Rev. 06.17 FO-153

Page 13 of 19

Accessible formats and communication supports available upon request.

28. Question: Can you provide details on the High Voltage Transformers to be removed? Particularly if it’s oil-filled or dry-type. If it is an oil filled transformer, we request an oil sample to determine PCB content. Answer: See narrative in Clarification 2.

29. Question: What are the specs of the new high voltage transformers, TX-201 and TX-300? Answer: See narrative in Clarification 2.

30. Question: In Addendum 4 question 50 your answer is there is 7 – (2.10 Air Duct Smoke Detectors). Please confirm this and where installed in a Class 1 Div. 2 area what is the classification of these units. What I find is 7 – (2.9 Smoke/CO Detectors) on Drawings E-1530 and E-1550 and 1 in the class 1 Div. 2 area which we have no specification for. The Mechanical drawings do not show any (2.10 Air Duct Smoke Detector) Would not the Air handling people supply these units so that they are compatible with their equipment. They appear to be supplying all of the other controls for their units. If we are to supply please provide Qty. and a manufacturer and part numbers Answer: No Air Duct Smoke Detectors are required. The airflow from AHU-302 shall be balanced to 1950 CFM.

31. Question: In reference to 15210 propane fuel system, the spec asks to initiate an equipment leasing agreement and to provide (3) quotes/agreements for the County to review. Can you please confirm the intentions with this spec? The first named supplier is advising that a leasing option may not be economical given the size of scope and that it is advisable to simply purchase the equipment.

Rev. 06.17 FO-153

Page 14 of 19

Accessible formats and communication supports available upon request.

Answer: The County’s intent is to lease the system as noted in Specification 15210. The benefits of lease versus purchase are not part of the submission to be provided. Should the County wish to purchase a system, during construction, this will be at the County’s discretion.

32. Question: Addendum 4 allowed for CompactLogix PLC in place of ControlLogix. Compact Logix comes in a variety of sizes (0.6MB to 10MB). Please specify sizing requirements. Answer: A 1769-L36xxx 3MB memory is sufficient

33. Question: There is an exhaust fan shown on the stainless vent pipe coming out of the SAGR chamber. The information for this fan is shown in the pump spec for whatever reason, however more information is needed in order to quote the proper unit. Please advise on make, model, power, static pressure, electric supply, etc. Answer: Hartzell Series 25 Model A25-85TA-ST-F2, Nema 4X enclosure for ducted inlet/outlet, outdoor installation, 120VAC, 1ph, 60 Hz.

34. Question: For the foundations of the two new buildings, is there waterstop required for the formwork? Answer: Please refer to the structural drawings and architectural drawings for all water stop details and locations. The typical waterstop detail (detail no. 4) may be found on drawing S-3020.

35. Question: Is there a specific hot mix required for the asphalt paving of the new access road?

Rev. 06.17 FO-153

Page 15 of 19

Accessible formats and communication supports available upon request.

Answer: Refer to the typical sections on the drawings and section 02515 and 02518 as applicable.

36. Question: Reference Sec 11306, page 7, “The control panel shall include an approved PLC for monitoring and control. Please confirm if 1756-L84 is to be provided under section 11306? If this controller is not required then is there any preferred manufacture and model requirement? Answer: An L1756-L84 is not required. Control functions are at the local panel only. Monitoring is by relay output to the PLC located in the tertiary treatment building. See appendix 13610 for I/O signals.

37. Question: Reference sec 11306, spec calls for VFD to be provided for all four duplex panel; whereas on process drawings T-301/T-302 are shown with VFD and T-303 & T-304 are not shown with VFD. Please clarify VFD requirement for each duplex panel? Which panels to supplied with VFD and which one with starters? Answer: The starters for all chambers are located in each vendor supplied local panel. T-303 (effluent pump chamber) is equipped with full voltage non-reversing starters on the pumps. Specification 11306 section 2.4.1.4 shall be modified to remove the VFD control from T-303. T-301 (SAGR influent pump chamber), T-302 (filter influent pump chamber) and T-304 (filter reject/drain pump chamber) are equipped with VFDs/starter and these are located at each of the vendor supplier local panel. P-1255 is modified to indicate RDP-301 and RDP-302 are VFD controlled.

Rev. 06.17 FO-153

Page 16 of 19

Accessible formats and communication supports available upon request.

38. Question: On drawing S-3120, the SAGR Effluent Chamber shows two 75mm diameter drains(by others). I assume that others are mechanical contractors in this case. Although, these chambers are not shown at all in the mechanical or process drawings. Could you please specify the requirement of these drains? Answer: The drain pipe shall be 75mm PVC SDR28. The valves shall be 75mm non-rising stem gate valves with operator extensions to ground level. The stem shall be supported by the chamber wall.

39. Question: Is there a preferred part number for the Cisco Router required in the Tertiary Building? Answer: No. See 13610 2.6.2. Previous jobs have had success with ASA5505-BUN-K9 but it is up to the contractor to select the most appropriate unit.

40. Question: Is there a preferred part number for the Stratix 5700 ethernet network switches required in the CP-200 Headworks PLC enclosure and the CP-300 Tertiary PLC enclosure? Answer: No. See 13610 2.6.1 and other noted requirements in this addendum. Previous jobs have had success with 1783 BMS06SL but it is up to the contactor to select the most appropriate unit.

41. Question: Is there a requirement for a redundant 24vdc power supply in both CP-200 and CP-300 PLC enclosures. Answer: Yes, a redundant 24vdc power supply is required for both. Previous jobs have had success with the Phoenix Quint series power supplies coupled with

Rev. 06.17 FO-153

Page 17 of 19

Accessible formats and communication supports available upon request.

the S-oring active redundancy module but it is up to the contractor to select the most appropriate unit.

42. Question: Is there a requirement to have feedback signalling from the CP-200 and CP-300 enclosures UPS to the respective PLC’s to indicate the UPS status (In Bypass / Fault / Battery Low)? Answer: Add ‘UPS Fault’ and ‘Battery low’ to I:9.0/0 and I:9.0.1 Card 9 in the Headworks PLC and I:12.0/11 and 12 in the Tertiary PLC. Add to Specification 13610 Section 2.5, Ensure UPS has a relay contact card allowing communication with the PLC.

43. Question: In reference to Dwgs C-1020 and C-2010 there is a discrepancy for the DR value of the 75 mm Plant Effluent Water and 150 mm Filter Reject lines. It is shown as both DR 11 and DR 17. Please confirm which value is correct. Answer: Refer to Specification 02735, section 2.2.

44. Question: Wall Type FN3 indicates a waterproofing membrane. However, the specified waterproofing membrane (Section 07140) cannot be applied at the areas where FN3 are located. Is Section 07140 to be applied elsewhere? If so, where? What type of waterproofing is to be applied at Wall Type 3? Answer: Delete wall type FN3 from wall type schedule for the Headworks Building on drawing TPC164089-A-2010. Specification 07140 applies to the Tertiary Building where waterproofing is indicated on the foundation walls. Wall type 3 does not exist as all our wall types have a lettered prefix in front of the number.

Rev. 06.17 FO-153

Page 18 of 19

Accessible formats and communication supports available upon request.

45. Question: Please specify if all grating in the Tertiary Building is CP over MG? Details/Notes 4,5,6,7 are shown on all sections. Answer: There is no CP (Checker Plate) over MG (Metal Bar Grating) within the Tertiary Building.

46. Question: In a previous addendum you said the pipe size and spec for the organic line was on Dwg P-1210. But I still do not see the answer to this question and can’t find the spec of these lines on the following drawings P-1210 and P-1260. Please provide spec. Answer: Addendum 5, question 34 stated “Material type provided on Drawing TPC164089-P-1260.” The ORP-201 line is tagged “150[dia]-SW-H1”. See drawing TPC164089-P-1020 for the stainless steel designation code. Specification 15066 (stainless steel pipe – process mechanical) provides details on the material. The first row of table 3.10 (Piping Schedule) includes the designation SW. Use this row to complete the details.

47. Question: In Addendum 4 you removed valves GAV-211 and CHV-210. Please confirm that the organics pump ORP-201 does not require any valves. Answer: ORP-201 does not require valves.

48. Question: “P3” is not listed on Dwg P-1020 under Pipe material codes. On the P&ID drawings for the Ferric Chloride you show lines FCS-E2 and FE-P3. Are these the same material PVC?

Rev. 06.17 FO-153

Page 19 of 19

Accessible formats and communication supports available upon request.

Answer: On TPC164089-P-1020, please add the pipe material code “P3 Polyethylene Tubing (rated 100 psi) – chemical feed line with 25mm E1 containment pipe”.

49. Question: Do the cables in STD 6006 need to be TECK? Answer: No. The cables may be 90RWU. The cables to the Headworks Genset are to be increased to 500MCM. The cables to the Tertiary building Genset may remain at 350MCM.

End of Addendum Attachments: Revised Appendix B – Schedule of Items & Prices

Tender Number: PW-E-17-41 Addendum #7 Revised Page 1 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

REVISED APPENDIX B– SCHEDULE OF ITEMS & PRICES

SCHEDULE A: LUMP SUM BREAKDOWN OF CONTRACT PRICE

SCHEDULE A: LUMP SUM BREAKDOWN OF CONTRACT PRICE TO BE COMPLETED AND SUBMITTED AT TIME OF BID SUBMISSION

After opening of the Bids, the two low bidders are required to submit to the County, within forty-eight (48) hours of notice from the Norfolk County contact, the breakdown of their Lump Sum Tender Price using Schedule B: Breakdown of Total Lump Sum Tender Price. Norfolk County reserves the right to request Schedule B: Breakdown of Total Lump Sum Tender Price from additional bidders at their sole discretion. The breakdown shall be given according to the following Lump Sum Tender Price. The County may refuse to accept any breakdown, which contains prices considered to be unbalanced and request the bidder to adjust the breakdown to correct such unbalancing, and by submitting its Bid, the bidder agrees to do so upon such request by the County.

Division Material ($) + Labour ($) = Total ($)

DIVISION 1 – General Requirements Mobilization and demobilization at job site offices, stores, conveniences, other temporary facilities, and other items not required to form part of the permanent works and not covered by other items of this breakdown schedule.

+

=

Contract bonds, Insurance Lump Sum =

Coordination and Management Lump Sum =

Submittals

+

=

Project As-built documents

+

=

Operating and maintenance data and manuals

+

=

DIVISION 2 – SITEWORK

+

=

Tender Number: PW-E-17-41 Addendum #7 Revised Page 2 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

Division Material ($) + Labour ($) = Total ($)

DIVISION 3 – CONCRETE

+

=

DIVISION 4 – MASONRY

+

=

DIVISION 5 - METALS

+

=

DIVISION 6 - WOOD AND PLASTICS

+

=

DIVISION 7 – THERMAL AND MOISTURE PROTECTION

+

=

DIVISION 8 – DOORS AND WINDOWS

+

=

DIVISION 9 – FINISHES

+

=

DIVISION 10 - SPECIALTIES

+

=

DIVISION 11 – EQUIPMENT

+

=

DIVISION 12 – FURNISHINGS

+

=

DIVISION 13 – SPECIALTY CONSTRUCTION

+

=

DIVISION 14 – CONVEYING SYSTEMS

+

=

DIVISION 15 - MECHANICAL

+

=

DIVISION 16 - ELECTRICAL

+

=

Contingency Allowance as per Schedule of Additional Unit Prices =

Tender Number: PW-E-17-41 Addendum #7 Revised Page 3 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

Division Material ($) + Labour ($) = Total ($)

Cash Allowances as per Schedule of Cash Allowances = 880,000.00

Subtotal Lump Sum Price =

HST =

TOTAL LUMP SUM TENDERED PRICE In Canadian Funds =

Tender Number: PW-E-17-41 Addendum #7 Revised Page 4 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

SCHEDULE B: BREAKDOWN OF TOTAL LUMP SUM TENDER PRICE (To be completed and submitted by two lowest Bidders within 48 hours of notice from the

Norfolk County Contact.

Failure to submit completed form with prescribed period will result in rejection of the submission Numbers provided previously must match previous forms or submission will be rejected.

Division Material ($) + Labour ($) = Total ($)

DIVISION 1 – General Requirements Mobilization and demobilization at job site offices, stores, conveniences, other temporary facilities, and other items not required to form part of the permanent works and not covered by other items of this breakdown schedule.

+ =

Contract bonds, Insurance + =

Coordination and Management + =

Submittals + =

Project As-built documents + =

Operating and maintenance data and manuals + =

SUBTOTAL DIVISION 1

DIVISION 2 – SITEWORK

02050 – Site Removals + =

02223 – Excavating + =

02233 – Granular Base + =

02518 – Asphalt Pavement + =

Tender Number: PW-E-17-41 Addendum #7 Revised Page 5 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

Division Material ($) + Labour ($) = Total ($)

02721 – Storm Sewers + =

02735 – Sanitary Sewer and Force Main + =

02361 – Manholes and catch basins + =

02990 – Geomembrane Liner + =

All remaining items + =

SUBTOTAL DIVISION 2 + =

DIVISION 3 – CONCRETE

03100 – Concrete Formwork + =

03200 – Concrete Reinforcement + =

03300 – Cast-in-Place Concrete + =

03345 – Concrete Floor Finishes + =

03420 – Structural Precast Concrete + =

All remaining items + =

SUBTOTAL DIVISION 3 + =

DIVISION 4 – MASONRY

04150 – Masonry Accessories + =

04160 – Masonry Reinforcing + =

Tender Number: PW-E-17-41 Addendum #7 Revised Page 6 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

Division Material ($) + Labour ($) = Total ($)

04210 – Brick Masonry + =

04220 – Concrete Unit Masonry + =

All remaining items + =

SUBTOTAL DIVISION 4 + =

DIVISION 5 – METALS

05520 – Steel Handrails and Guars +

=

05600 – Hoists and Trolley +

=

All remaining items +

=

SUBTOTAL DIVISION 5 +

=

DIVISION 6 – ROUGH CARPENTRY

SUBTOTAL DIVISION 6 +

=

DIVISION 7 – THERMAL AND MOISTURE PROTECTION

SUBTOTAL DIVISION 7 +

=

DIVISION 8 – DOORS AND WINDOWS

SUBTOTAL DIVISION 8 +

=

DIVISION 9 – FINISHES

SUBTOTAL DIVISION 9 +

=

DIVISION 10 – SPECIALTIES

SUBTOTAL DIVISION 10 +

=

DIVISION 11 – EQUIPMENT

Tender Number: PW-E-17-41 Addendum #7 Revised Page 7 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

Division Material ($) + Labour ($) = Total ($)

11265 – UV Disinfection – Floor Mounted + =

11302 – Storage Tanks + =

11306 – Pumping Systems + =

11311 – Detritor Grit Removal System + =

11331 – Mechanical Bar Screens + =

11350 – Deep Bed Filtration + =

11510 – Air Supply – Aerated Lagoons + =

11520 – Lagoon Aeration System + =

11530 – SAGR system + =

All remaining items + =

SUBTOTAL DIVISION 11 + =

DIVISION 12 - FURNISHINGS

SUBTOTAL DIVISION 12 + =

DIVISION 13 – SPECIAL CONSTRUCTION

SUBSTOTAL DIVISION 13 + =

DIVISION 14 – CONVEYING SYSTEMS

SUBTOTAL DIVISION 14 + =

DIVISION 15 – MECHANICAL

Tender Number: PW-E-17-41 Addendum #7 Revised Page 8 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

Division Material ($) + Labour ($) = Total ($)

15064 - Pipes & Fittings – Process Mechanical

+

=

15066 – Stainless Steel Piping – Process Mechanical

+

=

15811 – Ductwork – Low Pressure – Metallic 500 Pa

+

=

All remaining items

+

=

SUBTOTAL DIVISION 15

+

=

DIVISION 16 – ELECTRICAL

SUBTOTAL DIVISION 16 = +

=

Contingency Allowance as per Schedule of Provisional Items =

Cash Allowances as per Schedule of Cash Allowances = $880,000

Subtotal Lump Sum Price =

HST =

TOTAL LUMP SUM TENDERED PRICE In Canadian Funds =

Tender Number: PW-E-17-41 Addendum #7 Revised Page 9 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

SCHEDULE B: BREAKDOWN OF TOTAL LUMP SUM TENDER PRICE SCHEDULE OF PROVISIONAL ITEMS

(To be completed and submitted by two lowest Bidders within 48 hours of notice from the

Norfolk County Contact. The following Schedule of Additional Unit Prices is to be completed below to cover Alterations, Extras or Deductions. DO NOT include HST in the Schedule of Provisional Items.

Item Description EST QTY Unit Unit Price ($) Total Price ($)

1 Excavation for structures and pipe trenches including backfilling with excavated material and disposal of surplus as specified

100 m3

2 Supply, place and compact, granular and other material as specified

i) Granular “A”

120

Tonne

ii) Granular “B 260

iii) Asphalt 500

3 Cast in place concrete including any additional reinforcing steel, forming, finishing, and stripping as specified

i) Slabs 100

m3

ii) Footings 10

iii) Walls

25

iv) Suspended slabs 25

4 Interior Reinforced masonry walls 190mm thick

25

m2

5 Interior Reinforced masonry walls 240 mm thick (core filled)

25 m2

6 Exterior brick veneer wall (incl. all components – block, vapour barrier, insulation, brick)

25 m2

Tender Number: PW-E-17-41 Addendum #7 Revised Page 10 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

The Bidder acknowledges that the Total Amount for the Schedule of Provisional Items shall be included in the Lump Sum Tender Price and that all unused portions shall be deducted from the final cost of the Work and any quantities exceeding those shown will be added. The Bidder acknowledges that whenever extra work or deletions involved items listed in the Schedule of Provisional Items above, the unit prices entered will be used in determining the amount of extra or deductions regardless of the quantity involved. Prices quoted by the Bidder in the Schedule of Additional Provisional Items shall include:

1. For Excavation – Excavating by machine and hand, and disposal of surplus material as specified, including dewatering. Payment for excavation will be based on the measured quantity actually removed within the limits of excavation only, excluding overbreak and over excavation.

2. For Granular “A”, Granular “B”, and Asphalt – Supplying to OPSS standard grading and compacting, can as specified

3. For Concrete – Supplying, placing, curing and dressing as specified. Payment for poured in place concrete will be based on the measured quantity actually poured.

The Bidder agrees that he/she is not entitled to payment of the Schedule of Provisional Items except for additional work carried out by them in accordance with the contract and as directed by the County and only to the extent of such additional work.

7 Aluminium grating 25 m2

8 Aluminium checker plate 40 m2

9 Additional sums for other contingency items not specifically listed above

Lump Sum $500,000

Total Contingency Allowance as per Schedule of Provisional Items (Excluding HST)

(Carry forward to: Breakdown of Total Lump Sum Tender Price)

Tender Number: PW-E-17-41 Addendum #7 Revised Page 11 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades

SCHEDULE OF CASH ALLOWANCES The following cash allowances are provided to cover various specified items. It is at the Owners discretion that these items be completed. HST has not been included in the Schedule of Cash Allowances.

a) SCADA Integrator Allowance: The allowance will be used to complete integration work completed by the County Integrator (Hollen Controls). This allowance does not cover any “Supply”. Invoices shall be provided from Hollen Controls detailing the labour involved for each progress draw.

b) Door hardware allowance is for the supply only and the cost of installation must be included elsewhere in cost tables. The contractor is required to prepare a hardware list and the Owner shall select the preferred hardware. The Contractor is required to carry a hardware specialist outside the cash allowance that will meet with the Owner to select hardware and ensure that the selected hardware meets all regulatory requirements. With the hardware list developed in cooperation with the hardware specialist and the Owner, the Contractor shall procure three (3) quotations. The Owner shall select the preferred quotation based on their own selection criteria.

c) Hydrogeological Investigation, Permit To Take Water and associated Dewatering The Contractor is not required to retain the services of geotechnical consultant to complete a hydrogeological investigation and subsequent Permit to Take Water (PTTW) application. The Owner will arrange for these items to be completed.

The contractor shall include a cash allowance of $750,000 for continuous dewatering activities for which a PTTW would apply. Dewatering activities that do not require at PTTW shall be included in the installation costs for the applicable item and will not, under any circumstances, be covered by this cash allowance. The cash allowance will be applied as follows:

• Expend the cash allowance only on the Engineer’s written instructions. • The cash allowance shall be carried by the Contractor. Cash allowances shall not be

included by a Subcontractor in the amount for Subcontract work. • The Contract Price and not the cash allowance includes the Contractor’s overhead and

profit in connection with such cash allowance. • Include in each expenditure from cash allowances, applicable taxes as required; but,

excluding Harmonized Sales Tax, which shall be shown as a separate amount and not part of cash allowance amount.

• The Owner will provide the hydrogeological investigation and PTTW to the Contractor after award.

• The Contractor shall obtain three prices for the dewatering activities based on the requirements as outlined by the hydrogeological investigation and PTTW. The prices will be submitted to the Owner and Engineer for review and approval. The Contractor shall proceed as directed.

• A Change Order will be issued to adjust the cash allowance to reflect the direction provided by the Owner and/or Engineer.

Tender Number: PW-E-17-41 Addendum #7 Revised Page 12 of 12 (Replacing pages 36-46) Tender Name: Waterford Waste Water Treatment Facility Upgrades The Bidder shall not enter a new price or alter the price in the Bidder for any allowance. Allowances shall be used as directed by the Engineer. The Bidder agrees that no mark-up on any allowances is permitted. The Contractor agrees the allowances shall only include costs borne by the respective firm completing the work, and the Contractor is not entitled to any portion of the Allowance.

ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE

1 SCADA integration 1 lot $60,000 $60,000

2 Door hardware (supply only) 1 lot $70,000 $70,000

3 Works required under a Permit To Take Water

1 lot $750,000 $750,000

Total Cash Allowance as per Schedule of Cash Allowances

TOTAL AMOUNT (Excluding HST)

$880,000