UEfITORONTo...Toronto, Ontario M5H 2N2 March 27, 2018 Via Internet Posting —9 pages ADDENDUM NO. 1...
Transcript of UEfITORONTo...Toronto, Ontario M5H 2N2 March 27, 2018 Via Internet Posting —9 pages ADDENDUM NO. 1...
UEfITORONToMichael Pacholok Purchasing and Materials Management Joanne KehoeChief Purchasing Officer Division Manager
City Hall, 1 3I Floor, West Tower Construction100 Queen Street West ServicesToronto, Ontario M5H 2N2
March 27, 2018 Via Internet Posting —9 pages
ADDENDUM NO. 1
TENDER CALL NO. 56-2018CONTRACT NO. 17ECS-Tl-O1BE
Re: Construction of King-Liberty Pedestrian/Cyclist Bridge over Metrolinx,Toronto.
REVISED CLOSING DATE: APRIL 19, 2018 12:00 NOON (LOCAL TIME)
Please refer to the above Request for Tender (AFT) document in your possession and beadvised of the following:
1. REVISED CLOSING DATE
The closing date has been extended from April 5,2018 to April 19, 2018.
2. QUESTIONS AND ANSWERS
See attached for questions & answers for this project.
3. REVISED INFORMATION
1. The existing Metrolinx signal cables must be removed by a prequalified Metrolinx signalcontractor. See list attached.
2. Drawing 897-2018-0103-5-2 is replaced with Drawing 897-2018-0103-5-2 (REV 1)(attached).
Should you have any questions regarding this addendum, please contact Brenda Duffley atemail: jçça.Duffle @toropto.ca or fax (416) 397-7779.
Please attach this addendum to your AFT document and be governed accordingly. Biddersmust acknowledge receipt of all addenda on the space provided on the Tender Call Cover Pageas per Section 1 — Tender Process Terms and Conditions, Item 9—Addenda, of the AFTdocume9. All other aspects o%w RFT remain the same.
YourØuly,4 /7 /4
LV
KehoeManager, Construction ServicesPurchasing and Materials Management
1 of 9
TENDER CALL NO. 56-2018 CONTRACT NO. 17ECS-TI-01BE
ADDENDUM NO. 1
QUESTIONS AND ANSWERS Q1. We are pricing above mentioned project and require obtaining Park Occupancy Permit (Bill Johnston Park). I would like to get your advice on the cost, application fee and any other requirements that need to be evaluated before construction begins. Duration of the construction – 50 weeks. We allow for partial park occupation with further restoration of the area. A1. The process for application of Park Occupancy Permit will be 8 weeks. The Contractor will identify the area for park occupancy. City will make the application and pay the application fee. The Contractor will restore the area to the original condition after construction. Q2. As per Metrolinx Work Permit Application, Page 10 of 37, Section 23. “No work shall be performed (or equipment situated) within 10 m. of the nearest rail without railway track protection (flagging). This minimum distance may be increased or decreased at the discretion of Metrolinx….”. As per plans the distance between rail to the Metrolinx property line is about 5.5m., however as per above statement we still need to get flagging person for the $1,600 per day for the duration of the project. As job activity consist, but not limited, to shoring, excavation, caisson work, dewatering, formwork, concrete, siding, deck, glazing, walkway, paving and more in the vicinity less than 10m. to the nearest rail and duration of this part of the work is significant, we ask City to contact with Metrolinx and get sufficient respond on which part of job activity Metrolinx is planning to involve its own flag person. A2. Metrolinx Work Permit and flagging will be required for work within or over Metrolinx's property. Metrolinx Work Permit and flagging are not required for work outside of Metrolinx's property. Q3. As per Section 5 – Supplementary Conditions, Section 3.10.2, Paragraph 3.6.4. Contractor shall select a competent and experienced full time Project Manager and Site Supervisor for the duration of the project. As this project is relatively small in value and short in duration, we suggest to used Contractor’s its own approach with regards job forces to be assigned on the site. A3. The General Conditions were approved by City Council and no changes to this clause will be made for this project. Q4. For Division 01 50 00, Section 1.9.6 “Provide security guards and security lighting during all after hours work”. Please clarify this statement that City requires full time security personnel to be present on the site after work for the duration of all night till morning on the South and North sites. A4. Full time security personnel is not required, however contractor is still responsible for site and material security. Division 01 50 00, Section 1.9.6 is deleted from this contract. Q5. As per Division 32 93 00, Section 3.2, Percolation test to be performed by Licensed Engineer. Please provide the names companies or individuals who can perform this type of tests. In our opinion, this type of the test should be done on the earlier landscaping stage design, which was done already. It also related to section 3.4.1 for Subsoil drainage, based on the test results. Please confirm requirements.
2 of 9
A5. Section 3.2 to be deleted. Section 3.4.1 –Subsoil drainage shall be provided as indicated in the Contract Drawings. Q6. For Drawings S-3, S-19: There is no division, section for fall protection anchors which shown on the S-3, S-19. There is 19dia bolt on top of bridge roof curved HSS section. We would like to know if we supply and install eyed bolt only or we should design fall protection system. A6. Contractor to supply and install anchors, bolts, and washers. Eyebolt anchor shall be “Eyebolt Anchor - Unthreaded with ¾” hole by PROTECTA model number AN3732A-34, complete with 16mm ASTM A193 Stainless steel bolts and washers, or approved equal. Q7. For Schedule of Prices: Schedule of price, Item # 5 & 6, “Provide electrical generator to provide temporary power for elevators and structure…”. We would like to know what is the voltage and amperes for the generator and how much time you expect it to run 24/7 or during the testing, commissioning etc. in the day time only. The cost is rent is high and cost of fuel for 24/7 operation come to the more than $350,000 all together for three months (for 600Amps, 600 Volts generator). We understand that this option may not be used, however we should add this amount to our bid and potentially increase total project amount. Please advise how this money can be used. A7. Electrical Generator shall be sized by the contractor to provide sufficient power to test and commission the elevators in the case of the Toronto Hydro service being unavailable. The generator may be assumed to run 8 hours per day, 5 days per week. Q8. For Floor access door: What type of material for floor access door – aluminum or stainless steel? Drawing A-4, Stainless Steel, division 08 31 13.13, 6mm Aluminum. A8. The material for the floor access door shall be aluminum. Door size shall be 762mm by 914mm. Q9. For Drawings – A-22, A-23, A-24: What is the sizes on the steel angle to support roof metal deck as per 1,2,6/A-22, 2,3/A-23, 1,2,3/A-24. A9. Steel Angle sizes noted as follows: A-22/ 1,2 – L76x76x6 A-22/ 6 – refer to sheet S9 & S15 A-23/ 2,3 – L76x76x6 A-24/ 1 – refer to sheet S19 A-24/ 2 – L76x76x6 A-24/ 3 – Delete angle, not required. Surface will be formed surface. Q10. For Drawing – A-20: Please provide louver top part connection details. Drawing A-20, detail 3. A10. Detail is similar to bottom side. Will provide updated detail in IFC set. Q11. For L-11: What type and thickness of compacted subgrade for Concrete Unit paver areas as per L-11? A11. Compacted subgrade is native soil. Refer to Section 32 13 13 Q12. For Section 5A, Insurance, Schedule C: Professional Liability is only offered on a Claims Made basis, Occurrence based coverage is not available. Please advise the City accordingly.
3 of 9
A12. A Claims-made policy is acceptable to the City. The City's insurance requirements are in Section 5A Clause 28 but the contractor will be responsible for applying and obtaining Metrolinx's Work Permit and satisfying all of Metrolinx's requirements in and for that Permit including any insurance requirements. Metrolinx has provided the City with its most recent form of permit that is attached to the tender for reference. Q13. For Section 5A, Insurance, Schedule C: Is the intent of the City’s Professional Errors and Omissions requirement for the Contractor to obtain project specific coverage or is operational coverage adequate? Based on the Metrolinx requirement, the wording appears to suggest a project specific coverage while the City’s requirement is unclear on this. Please clarify with the City. A13. City's intent is for a project-specific policy. It is the Contractor's responsibility to meet all of Metrolinx's requirements (including for insurance) required for the Permit. Q14. For Section 5A, Insurance, Schedule C: All project specific policies need to be maintained until Final Acceptance. Could you please advise if the 50 weeks project duration estimate accounts for this requirement? A14. The Contractor has to attain substantial performance no later than 50 weeks. Final Acceptance is when the Contractor rectify all deficiency after substantial performance. Q15. Drawing A-2, Interior Wall Assembly – W1A, “190mm Reinforced Glazed Concrete Block Wall”. It seems like this wall has two layers – 190mm CMU and some other layer. Please provide exact details of materials for this type of the wall. A15. W1A, 190mm Reinforced Glazed Concrete Block Wall is one material, glazed concrete block. One face of concrete block is glazed finished. Q16. On the drawing A-6, Gridline 1 and Gridline 6 we see W1 wall i.e. 190mm concrete masonry unit block wall, however as per cross-section B/A-18 & B/A-15 we see W1A wall. Please advise. A16. On the drawing A-6, Gridline 1 between C and D is W1A (glazed block wall) and between D and F is W1. On Gridline 6 between K and L is W1, between L and M is W1A (glazed block wall). Q17. As noted in Section 2.0 -Information for Bidders, this Tender has been nominated for both Heavy Construction and Industrial, Commercial, Institutional. Please confirm where the split between the two occurs as there will be overlap. Can it be assumed that the underground, concrete foundations, concrete structure and steel bridge be the Heavy Construction Work and all the finishing type trades (i.e. -glazing, masonry, cladding, roofing, architectural metals, elevators and other miscellaneous finishes) be considered the I.C.I Work. This is critical information for both the Fair Wage Schedule and City of Toronto labour trades contractual obligations. Typically, the concrete foundations and concrete structure are constructed by a Heavy Construction Contractor for a bridge project. A17. Your assumption is correct. The underground, concrete foundations, concrete structure and steel bridge will be the Heavy Construction Work and all the finishing type trades (i.e. -glazing, masonry, cladding, roofing, architectural metals, elevators and other miscellaneous finishes) be considered the I.C.I Work.
4 of 9
Q18. Drawing C-1, Note 3, “All Trench Backfill to be Unshrinkable Fill”. Which portion of work this note refers to. Specification call for Granular A & B as an approved backfill. We believe that this note refers to road and sidewalk locations only. Please confirm. A18. Trench backfill for site servicing to be unshrinkable fill under the roadway and sidewalks. Granular A and B are acceptable elsewhere.
5 of 9
RAILWAY SIGNAL CONTRACTORS FOR METROLINX RIGHT OF WAY
SQ-2015-TS-003
Exp: July 16, 2021
Contractors
A&B Rail Services Ltd.
Black & McDonald Limited
Condor Signal & Communications Inc.
CYMI-SICE Canada Joint Venture
Mass. Electric Construction Canada Co.
PNR Railworks Inc.
The Toronto Terminals Railway Company Limited
A&B Rail Services Ltd.
123623 Coleraine Drive
Bolton, Ontario
L7E 3B5
Contact:
Dave Wilfong
Black & McDonald Limited
31 Pullman Court
Scarborough, Ontario
M1X 1E4
David Maniaci
6 of 9
- 2 -
Tel: 416-991-4967 email: [email protected]
Condor Signal & Communications Inc.
2388 Speers Road
Oakville, Ontario
L6L 5M2
John Di Donato
Tel: 905-469-0226 email: [email protected]
CYMI-SICE Canada Joint Venture
55 Eglinton Avenue East
Suite 803
Toronto, Ontario
M4P 1G8
Luis Carrera
Tel: 647-483-4026 email: [email protected]
Mass. Electric Construction Canada Co.
1405 North Service Road East, Unit 4
Oakville, Ontario
L6H 1A7
Troy Grill
Tel: 905-337-4015 email: [email protected]
PNR RailWorks Inc
65 Massey Road, Unit C
Guelph, Ontario
N1H 7M6
7 of 9
- 3 -
Wayne Barnard
Tel: 519-780-3151 email: [email protected]
The Toronto Terminals Railway Company Limited
50 Bay Street, Suite 1400N
Toronto, Ontario
M5J 3A5
George Huggins
Tel: 416-771-2598 email: [email protected]
8 of 9
GENERAL NOTES
ARE IN MILIMETERS UNLESS OTHERWISE NOTED
MEASUREMENTS SHOWN ON THESE PLANS
METRIC
CONSULTANTS
LINE
PROPERTY
METROLINX
NORTH PIER
55000 CL SOUTH PIERCL
T/CONC. EL. 95.975
W.P. No. 2
LINE
PROPERTY
METROLINX7687
5729
3974
3911
4001
6487
3984
3961
3961 5573
11665
T/CONC. EL. 96.55
W.P. No. 1
55000
3400
3400
7010
127
1479
1645
1645
1479
RETAINING WALLEXISTING
768711665
5700±
SIDEWALKEXIST.
T/CONCRETE CURB
PLAN - PEDESTRIAN/CYCLIST BRIDGESCALE = 1:200
ELEVATION - PEDESTRIAN/CYCLIST BRIDGESCALE = 1:125
5573 (TO P )
(TYP.)
SHORING
TEMPORARY
1637
SKEW
18°23'
LOADING INFLUENCE ZONETHEORETICAL RAILWAY
3660
5486 54863961396139846487400139113974
WALLRETAINING
EXISTING
3400
3400
5743 (TO P )
10340
10380
10250
10240
AS REQUIREDTEMPORARY SHORING
EXISTING HYDRO DUCT
CLEARANCE FOR
MAINTAIN MINIMUM STREETLIGHTS
HYDRO CONDUIT AND
EXISTING TORONTO
DESIGN AND RELOCATE
CONTRACTOR TO
SPECIFICATIONS (TYP. N & S.)
ACCORDING TO TORONTO HYDRO
STREETLIGHTING SHALL BE PROVIDED
CONSTRUCTION. TEMPORARY
POLE AND CONDUIT AS REQUIRED FOR
EXISTING TORONTO HYDRO LIGHT
CONTRACTOR SHALL PROTECT
AS REQUIRED
TEMPORARY SHORING
CLEARANCE
VERTICAL
POINT OF SIGHT LINE
OF CABLES.
AND THE CITY. METROLINX SHALL BE NOTIFIED PRIOR TO CUTTING
REMAINING SIGNAL CABLE & POLES AS APPROVED BY METROLINX
REQUIRED. THE SIGNAL CONTRACTOR SHALL PROPERLY ANCHOR
DISPOSED BY A PREQUALIFIED METROLINX SIGNAL CONTRACTOR AS
2 EXISTING OVERHEAD SIGNAL CABLES TO BE REMOVED AND
DATE INITIALREVISIONSNo. SIGNEDDIGITAL INFORMATION
Engineering and Construction Services
DESIGN
MAPPING 49g-22.dgn
y18897spln.dgn, y18897spln_1.dgn,y18897sdet.dgn,y18897sdet_1.dgn
UTILITIES y18897ugs.dgn
N 15° 28' 42" W
AZIMUTH
KING-LIBERTY PEDESTRIAN/CYCLIST BRIDGE
STRUCTURAL
M.K. P.S.H. D.A.
17-ECS-T1-01BE
S-2
1.85 USRC SUBDIVISION
GENERAL ARRANGEMENT - PLAN AND ELEVATION
897-2018-0103
N
DESIGN
SCALE:
DATE:
DRAWN
NUMBERDRAWING
CHECKED
SHEET
CONTRACT No.
1:125
CL
TRACK
EXIST.
CL
TRACK
EXIST.
CL
TRACK
EXIST.
CL
TRACK
EXIST.
CL
TRACK
EXIST.
CL
TRACK
EXIST.
CL
TRACK
FUTURE
CL
TRACK
FUTURE
96
94
92
90
88
86
84
82
NORTH PIER SOUTH PIER
CL
EL. 87.15
FIN. FLOOR
EL. VARIES
T/CONCRETE DECK
EL. 85.56
TOP/RAIL
TRACK
EXIST.
NORMAL TO TRACKS
DENOTES DIMENSIONS MEASURED
**
CLCL
CLTRACK
EXIST. CLTRACK
EXIST.CL
TRACK
EXIST. CLTRACK
EXIST. CLTRACK
EXIST. CLTRACK
FUTURE
CLTRACK
FUTURE
CL
**
*
PROPERTY LINE
METROLINX
*
CLEARANCE ENVELOPE
GO TRANSIT HEAVY RAIL
*
EL. 85.53
TOP/RAIL
EL. 85.44
TOP/RAIL
EL. 85.50
TOP/RAIL
EL. 85.47
TOP/RAIL
GROUND LINE (O.G.L.)
ORIGINAL
EL. 95.975
T/CONCRETE DECKEL. 96.55
T/CONCRETE DECK
EXIS
TIN
G G
RO
UN
D
CLE
AR
AN
CE T
O
EL. 86.65
T/FOOTING
80
86
88
90
92
94
96
EL. 89.50
FIN. FLOOR
EL. 89.00
T/FOOTING
CONSTRUCTION SERVICESENGINEERING &
EXECUTIVE DIRECTORCHIEF ENGINEER AND
MICHAEL D'ANDREA, P.ENG.
AND EXPRESSWAYSBRIDGES, STRUCTURES
ACTING MANAGERLUIS De JESUS, P.ENG.
& Gardiner RehabilitationMunicipal Infrastructure
Director, Design & ConstructionFRANK CLARIZIO, P.ENG.
98
100
98
100
1.1% SLOPE
EXP. FIX.
L*
(MAXIMUM DEFLECTION)
U/S BRIDGE EL. 95.96
1. FOR GENERAL NOTES AND ABBREVIATIONS SEE SHEET No. S-1.
FEBRUARY, 2018
07-29-2017 ISSUED FOR PERMIT
*
1.5
1
*
*
**** * ****
* L
LINE
PROPERTY
METROLINX
DRAWINGS (TYP.)
BONDING. SEE ELECTRICAL
FOR FUTURE ELECTRIFICATION
CONNECTION POINT
10-11-2017 REVISED PER METROLINX COMMENTS
10400 (PROVIDED)
10400 (REQUIRED)
SIGHT LINE VERTICAL CLEARANCE
02-20-2018
1
03-20-2018
ISSUED FOR TENDER
ISSUED FOR TENDER - REVISED NOTE1
LS
LS
LS
T
9 of 9