Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
Michael Pacholok Chief Purchasing Officer
Purchasing and Materials Management Division City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2
Sabrina Dipietro Acting Manager Construction Services
August 7, 2019
Via Internet Posting (15 pages)
ADDENDUM No. 2 REQUEST FOR TENDER No. 188-2019
CONTRACT No. 19ECS-TI-12LR
For: Watermain & Substandard Water Service Replacement on Coulter Avenue and King George Road; Road Resurfacing on Baby Point Road, Baby Point Crescent, Baby Point Terrace, Fleur Place; Intersection Modifications at Ryding Avenue/Cobalt Avenue and
Kennedy Park Road/Margdon Road intersections
CLOSING DATE: AUGUST 13, 2019 12:00 NOON (LOCAL TIME)
Please refer to the above Tender Call document in your possession and be advised of the following information:
1. REVISED PRICING FORM
Replace the entire Pricing Form with the revised Pricing Form (Attachment, 11 pages).
2. QUESTIONS & ANSWERS Q1: How do they want 250mm Catch Basin lead tied into a 225 VIT storm on Baby Point Crescent
and the 300mm combined sewer on Ryding Ave and Kennedy Park? How will the City pay for this?
A1: City records show that the existing sanitary sewer on Baby Point Cres in the vicinity of where
the proposed catchbasins and proposed leads are shown is 225 mm in diameter, and not the storm sewer.
Connections to clay pipe shall be made in accordance with the Standard Drawings, Standard Specifications and Special Specifications noted to be associated with the catchbasin lead item in the Pricing Form; where connections to clay sewer are not specified, Standard Drawings/Standard Specifications/Special Specifications for connections to rigid pipe may be utilized. Any additional work that may be required for connections made to existing clay pipe will be dealt with at the time of construction.
On Ryding Avenue, the catchbasin lead shall connect to the existing storm sewer located on the west side of Ryding Avenue and not the existing combined sewer. Payment shall be made based on the items included under Part D of the Pricing Form associated with catchbasin and catchbasin lead installation. The Pricing Form has been updated accordingly.
1 of 15
Q2: What is the realistic start date for this contract? In order for us to bid this properly we need to
know if the temporary bypass could be effected with the cold fall weather or is the start date for the water main to be in the spring of 2020?
A2: The Award date or Order to Commence date cannot be specified. However, bidders shall be
reminded of GN102SP, specifically, clauses related to the installation/removal of the temporary by-pass system.
The completion of the watermain installation prior to the cold weather/winter season is preferred. However, the commencement date of the watermain installation, requiring temporary by-pass installation, can commence in the Spring of 2020 should it be determined that the Order to Commence date does not allow enough time for the completion of the watermain installation prior to cold weather conditions.
Q3: Why does the City fail to identify the hazardous materials in the contract? There is asbestos in
some of the asphalt and the subgrade on the additional excavation has contaminants as per the geo reports.
A3: Asbestos has been identified as <0.5% on Coulter Avenue, as such, is not defined as Asbestos
Containing Material. Asbestos is identified in CH10 in the report entitled 'Final Report – Part A: Factual Data, 19ECS-TI-12LR Ryding Avenue, from Cobalt Avenue to the east end', dated May 13, 2019, however, CH10 is located on Ethel Avenue which is outside of the limits of construction.
Section 4 (10) – Scope of Work – Designated Substances List, shall be amended to indicate that soil contaminants are present as indicated in the provided Geotechnical / Subsurface Reports noted under Section 4(9) of the tender. Additionally, the Pricing Form has been updated to include items for the management and disposal of excess excavated material, see additional Special Specification below.
Management and Disposal of Excess Excavated Material – SP4
Special Provision August 2019
The Contractor shall be responsible for the disposal of excavated soil and shall dispose of it in accordance with the Environmental Protection Act (EPA).
The City will not make any arrangements for the disposal of excavated and/or surplus materials or supply bills of lading.
The Contractor shall dispose of all excavated soil off site immediately upon removal. Stockpiling of excavated soil within the City street allowance is not permitted.
The Contractor shall indemnify the City from and against all claims, losses, expenses, costs, damages, actions, suits, or proceedings by third parties directly or indirectly arising, or alleged to arise out of the disposal activities.
The Geotechnical Factual reports indicate that there are soil samples that were tested that exceed the industrial /commercial / community and/or residential/ parkland/institutional property use in accordance with Table 3 criteria with elevated levels of cobalt, electrical
2 of 15
conductivity (EC) and sodium adsorption ratio (SAR); materials generated at these sites may be classified as non-hazardous and shall be transferred to a MECP approved landfill for final disposal as non-hazardous material.
The Geotechnical Factual reports indicate that there are soil samples that were tested that exceed the industrial /commercial / community and/or residential/ parkland/institutional property use in accordance with Table 3 criteria with elevated levels of Polycyclic Aromatic Hydrocarbons (PAH) and BTEX & Petroleum Hydrocarbons (PHC); materials generated at these sites are classified as hazardous and shall be transferred to a MECP approved landfill.
Soil samples were also tested per O.Reg. 347 (as amended by O.Reg 558/00) for metals and Inorganics. The TCLP sample results were compared with O.Reg 347 (as amended by O.Reg 558/00) Schedule 4 Criteria. As such, the excess materials generated at these sites may be classified as non-hazardous, and shall be transferred to a MECP approved landfill for final disposal as non-hazardous material.
The Contractor shall be required to provide a list of the proposed dump or receiving site(s) that will accept the excess excavated material from the construction sites at the pre-construction meeting. In advance of any excavation, the Contractor shall be required to submit written waivers from the owners of the dump sites a form that is acceptable to the City. If any dump or receiving site(s) requires additional testing, the Contractor shall arrange for these tests on the excess material at no cost to the City and provide the certificates to the dump site(s), prior to commencement of the fieldwork. The Contractor shall also submit copies of the certificates to the Contract Administrator.
The Contractor shall have no basis to claim for any temporary stockpiling and double-handling of the excavated material. The Contractor shall find appropriate off-site disposal sites that are licensed by the MECP to accept such material in accordance with the regulatory requirements.
All costs associated with this work, including but not limited to, the cost of haulage, any additional environmental testing and all associated dump fees, shall be included in the appropriate tender items. The Contractor is responsible for ensuring compliance with all Regulatory requirements under Ontario Regulation 153/04 as amended by Ontario Regulation 511/09.
Payment for disposal of excavated soil shall be included in the bid price for applicable items in the Form of Tender.
Q4: Can we get some quantities on the line painting? Are we to go off of the existing conditions or does the City have a drawing?
A4: All line painting should be returned to existing conditions as stated in RD419SS, except where
pavement marking plans have been provided. Pavement Marking plans have been provided for the Ryding Avenue/Cobalt Ave intersection, Drawing No. 19-03487, dated July 11, 2019.
Should you have any questions regarding this addendum contact Brenda Duffley by email at [email protected].
3 of 15
Please attach this addendum to your Request for Tender document and be governed accordingly. Bidders must acknowledge receipt of all Addenda on the space provided on the Tender Call Cover Page as per the Process Terms and Conditions, Section 1, Item 10 - Addenda, of the Tender Call document. All other aspects of the Tender remain the same. Yours truly,
Sabrina Dipietro Acting Manager, Construction Services Purchasing and Materials Management Division
4 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
Part A General
Section I Lump Sum Items
1 TS 1.10 Field office each$_________ $_________1.00
2 GN132SS Mobilization and demobilization lump sum
$_________ $_________1.00
3 GN130SS Payment for bonds lump sum
$_________ $_________1.00
4 GN131SS Payment for all insurance lump sum
$_________ $_________1.00
5 TS 1.00/ GN102SP / GN105SS / RD419SS
Traffic Control lump sum
$_________ $_________1.00
6 Provision of as-constructed survey and as-built drawings
lump sum
$_________ $_________1.00
7 GN114SP Pre-construction photos and videos lump sum
$_________ $_________1.00
8 GN116SP Pre-construction and post-construction condition surveys
lump sum
$_________ $_________1.00
Total For Section I Lump Sum Items
Section II Quantity Based Items
9 TS 409 / SW302SS
Clean, flush and video sanitary and storm sewers and maintenance holes - before construction
m$_________ $_________785.00
10 TS 409 / SW302SS
Clean, flush and video sanitary and storm sewers and maintenance holes - after construction
m$_________ $_________785.00
11 GN101SP Capital improvement project construction signs
each$_________ $_________6.00
12 SW303SS Clean out existing catch basins and sumps
each$_________ $_________61.00
13 SW302SS Clean out existing maintenance hole as directed by the City - all sizes
each$_________ $_________51.00
14 OPSS 1860 Temporary class 1 non-woven geotextile fabric silt control for catch basins
each$_________ $_________61.00
15 TS 13.10/ GN122SP
Test pits as directed - backfill with unshrinkable fill
each$_________ $_________5.00
16 TS 1010/TS 501/ GN122SP
Test pits as directed - backfill with 50 mm crushed aggregate
each$_________ $_________5.00
Aug 06, 2019 16 Page 3 -5 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
Total For Section II Quantity Based Items
Total For Part A General
Part B Watermain
17 TS 7.70/TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM201SP / WM205SS / WM209SS / WM211SS
150 mm PVC watermain, CL 235, DR18, within roadway
m$_________ $_________T-1103.01/T
-1103.020/T-1103.020-2/T-1104.03-3/T-1105.02-1/T-1105.02-2/T-1106.04/T-1104.03-4
100.00
18 TS 7.70/TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM201SP / WM205SS / WM209SS / WM211SS
150 mm PVC watermain, CL 305, DR14, within roadway
m$_________ $_________T-1103.01/T
-1103.020/T-1103.020-2/T-1104.03-3/T-1105.02-1/T-1105.02-2/T-1106.04/T-1104.03-4
300.00
19 TS 7.70/TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM201SP / WM205SS / WM209SS / WM211SS
300 mm PVC watermain, CL 305, DR14, within roadway
m$_________ $_________T-1103.01/T
-1103.020/T-1103.020-2/T-1104.03-3/T-1106.04/T-1104.03-4
105.00
20 TS 7.70/TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM201SP / WM205SS / WM209SS / WM211SS
300 mm PVC watermain, CL 235, DR18, within roadway
m$_________ $_________T-1103.01/T
-1103.020/T-1103.020-2/T-1104.03-3/T-1106.04/T-1104.03-4
10.00
21 TS 493 Temporary watermain by-pass system, including services
lump sum
$_________ $_________T-1104.03-3/T-1104.03-4
1.00
Aug 06, 2019 17 Page 3 -6 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
22 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM201SP / WM205SS / WM209SS / WM211SS
150 mm gate valve and valve box each$_________ $_________T-1101.02-2
/T-1106.045.00
23 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM201SP / WM205SS / WM209SS / WM211SS
300 mm gate valve and valve box each$_________ $_________T-1101.02-2
/T-1102.01-1/T-1106.04
4.00
24 WM201SP / WM205SS / WM209SS / WM211SS
Anchor tee and valve, all sizes each$_________ $_________3.00
25 WM201SP / WM205SS / WM209SS / WM211SS
Tapping sleeve and valve, all sizes each$_________ $_________1.00
26 TS 510 Remove fire hydrant including valve box and capping end
each$_________ $_________4.00
27 TS 7.30/TS 7.22/TS 7.40/TS 401/TS 441/TS 518/ WM202SP / WM201SP / WM205SS / WM209SS / WM211SS
New hydrant, complete each$_________ $_________T-1105.01/T
-1103.01/T-1103.020/T-1106.04
5.00
28 WM201SP Styrofoam insulation - 50 mm thick m2$_________ $_________
T-708.01-4 50.00
29 TS 13.10/ GN122SP
Test pits as directed to determine location and depth of existing utilities, maximum 4.0m depth, including unshrinkable fill and surface restoration
each$_________ $_________8.00
30 TS 510/TS 401/TS 7.30/TS 441
Cut and cap the existing watermain ends (all sizes)
each$_________ $_________10.00
Aug 06, 2019 18 Page 3 -7 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
31 TS 7.22/TS 7.30/TS 7.40/TS 7.70/TS 401/TS 441/TS 518/ WM201SP / WM205SS / WM209SS / WM211SS
Connect new watermain to existing watermain, (all sizes) complete
each$_________ $_________T-1104.03/T
-1104.03-1/T-1104.03-2/T-1104.03-3/T-1104.03-4/T-1107.04-3/T-1107.04-4
6.00
32 TS 510 Remove existing tee / cross connection from existing watermain and replace with filler piece (all types and sizes)
each$_________ $_________3.00
33 Remove valve chamber up to 1.0 m depth and backfill with unshrinkable fill
each$_________ $_________5.00
34 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518
Looping of proposed watermain / water service / fire hydrant lead to avoid conflict with utility or service not shown on drawings - 150 mm diameter pipe
each$_________ $_________10.00
35 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518
Looping of proposed watermain / water service to avoid conflict with utility or service not shown on drawings - 300 mm diameter pipe
each$_________ $_________5.00
36 TS 7.22/TS 7.30/TS 7.40/TS 7.70/TS 401/TS 441/TS 518/ WM203SP / WM205SS / WM208SS/ WM209SS / WM211SS
Reconnect existing copper service (all sizes) to new watermain
each$_________ $_________T-1104.02-1
/T-1106.04/T-1104.01
10.00
37 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/TS 7.70
Cut, extend and reconnect existing 19 mm diameter copper pipe service to new watermain, including any necessary copper pipe to complete installation
each$_________ $_________
T-1104.01 7.00
38 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/TS 7.70
Cut, extend and reconnect existing 25 mm diameter copper pipe service to new watermain, including any necessary copper pipe to complete installation
each$_________ $_________
T-1104.01 2.00
Aug 06, 2019 19 Page 3 -8 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
39 TS 3.15 / GN121SS
Cold milling of asphalt pavement - up to 150 mm depth
m2$_________ $_________2,040.00
40 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10 / RD423SS
Superpave 12.5, Traffic Category B, PG 64-28
t$_________ $_________290.00
41 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10 / RD423SS
Superpave 19.0, Traffic Category B, PG 64-28
t$_________ $_________660.00
42 TS 3.90 Rout and seal joints and minor cracks in pavement
m$_________ $_________335.00
43 OPSS 710 Field reacted polymeric pavement markings
lump sum
$_________ $_________1.00
44 TS 4.50 / GN121SS / RD422SS
Utility adjustment each$_________ $_________
T-704.010-1 15.00
45 TS 510/TS 4.01/TS 401/TS 4.50
Remove and replace cast iron maintenance hole frame and cover - Type A/B cover and square frame
each$_________ $_________OPSD
401.0106.00
46 TS 510/TS 4.01/TS 401/TS 4.50
Remove and replace cast iron catchbasin frame and grate to raised frame and circular grate
each$_________ $_________OPSD
400.0706.00
47 TS 510/TS 4.50 / RD422SS
Remove and replace valve chamber frame and cover
each$_________ $_________1.00
47A SP 4 Management and disposal of excess excavated material
t$_________
2$_________2,100.00
Total For Part B Watermain
Part C Water Services
48 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / WM205SS / WM208SS / WM209SS / WM211SS
19 mm diameter copper water service connections to the property line, up to 8 m in length, complete
each$_________ $_________
T-1104.01 24.00
Aug 06, 2019 20 Page 3 -9 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
49 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / WM205SS / WM208SS / WM209SS / WM211SS
19 mm diameter copper water service connections to the property line, greater than 8 m in length, complete
each$_________ $_________
T-1104.01 4.00
50 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / WM205SS / WM208SS / WM209SS / WM211SS
25 mm diameter copper water service connections to the property line, up to 8 m in length, complete
each$_________ $_________
T-1104.01 7.00
51 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / WM205SS / WM208SS / WM209SS / WM211SS
25 mm diameter copper water service connections to the property line, greater than 8 m in length, complete
each$_________ $_________
T-1104.01 2.00
52 WM206SP Test pit to investigate condition of water service
each$_________ $_________10.00
53 WM203SP Supplemental cost for installing water service connection by an approved method under/near trees/poles/utilities
each$_________ $_________10.00
54 TS 510/ WM207SP / WM209SS / WM211SS
Remove and replace non-operational curb stops (all sizes) at streetline including all connections
each$_________ $_________17.00
Total For Part C Water Services
Part D Local Roads
Section I Removals
55 TS 2.10/ RD408SP / GN125SS
General excavation m3$_________ $_________
T-216.02-9 60.00
56 TS 2.10/ RD408SP
Additional excavation of soft spots m3$_________ $_________1,200.00
Aug 06, 2019 21 Page 3 -10 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
57 TS 510 / GN106SS
Remove flexible pavement - up to 250 mm depth
m2$_________ $_________7,985.00
58 TS 510 / GN106SS
Remove composite pavement - up to 350 mm depth
m2$_________ $_________540.00
59 TS 3.15 / GN121SS
Cold milling of asphalt pavement - up to 120 mm depth
m2$_________ $_________4,260.00
60 TS 3.15 / GN121SS
Cold milling of asphalt pavement - up to 150 mm depth
m2$_________ $_________560.00
61 TS 3.15 / GN121SS
Cold milling of asphalt pavement - blend at joints
m2$_________ $_________105.00
62 TS 510/TS 4.01/TS 401/TS 4.50
Remove and replace cast iron catchbasin frame and grate to raised frame and circular grate
each$_________ $_________OPSD
400.07025.00
63 TS 510/TS 4.01/TS 401/TS 4.50
Remove and replace cast iron maintenance hole frame and cover - Type A/B cover and square frame
each$_________ $_________OPSD
401.01024.00
64 TS 510/TS 4.50 / RD422SS
Remove and replace valve chamber frame and cover
each$_________ $_________1.00
65 TS 13.10/TS 510
Remove single catch basins - full depth
each$_________ $_________5.00
66 TS 510 / GN106SS
Remove concrete or asphalt sidewalk, all thicknesses
m2$_________ $_________640.00
67 TS 510 / GN106SS
Remove concrete sidewalk including curb monolithic with sidewalk, all thicknesses
m2$_________ $_________130.00
68 TS 510 / GN106SS / RD407SS
Remove curb, curb and gutter - all types
m$_________ $_________735.00
69 TS 510 Remove pipe subdrains m$_________ $_________740.00
70 TS 510 / GN106SS
Remove asphalt driveways - all thicknesses
m2$_________ $_________106.00
71 TS 510 / GN106SS
Remove concrete driveways - all thicknesses
m2$_________ $_________223.00
72 TS 3.80/TS 510 / RD411SS
Remove, salvage and replace pavers, all types - granular base
m2$_________ $_________
T-561.030-2 51.00
73 TS 510 / GN106SS
Remove asphalt and unshrinkable fill in utility cut trench
m2$_________ $_________1,500.00
Aug 06, 2019 22 Page 3 -11 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
73A SP 4 Management and disposal of excess excavated material
t$_________
2$_________370.00
Total For Section I Removals
Section II Construction and/or Installation
74 OPSS 1860 Woven geotextile filter fabric, Class II
m2$_________ $_________600.00
75 TS 4.50/TS 407/ SW301SP / SW305SP
Precast single catch basin each$_________ $_________
T-705.010 6.00
76 TS 4.50/TS 407/ SW301SP / SW305SP
Precast single pup catch basin each$_________ $_________
T-705.010-1 1.00
77 Single catch basin each$_________ $_________OPSD
400.1201.00
78 TS 13.10/TS 407/ SW301SP / SW305SP
250 mm catch basin lead m$_________
2$_________T-708.01-3/
T-708.020/T-708.03
52.00
79 TS 407/ SW301SP / SW305SP
Catch basin riser - 250 mm diameter m$_________ $_________
T-708.01-3 7.00
80 TS 3.70/TS 1350/TS 2.10 / GN106SS / RD424SS
Concrete sidewalk - 130 mm thick m2$_________ $_________T-310.010-1
/T-310.010-2/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-5/T-310.010-11
356.00
81 TS 3.70/TS 1350/TS 2.10 / GN106SS / RD424SS
Concrete sidewalk - 150 mm thick m2$_________ $_________T-310.010-1
/T-310.010-2/T-310.010-5/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-11
590.00
82 TS 3.70/TS 1350/TS 2.10 / GN106SS / RD424SS
Concrete sidewalk - 180 mm thick m2$_________ $_________T-310.010-1
/T-310.010-2/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-5/T-310.010-11
65.00
Aug 06, 2019 23 Page 3 -12 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
83 TS 405/TS 407/TS 2.10
150 mm pipe subdrain m$_________ $_________
T-216.02-8 835.00
84 TS 510/TS 1010/TS 501/TS 1003/TS 3.55/TS 3.45/TS 3.20/TS 1350/TS 310/TS 3.10/TS 1101/TS 2.10 / GN106SS / RD407SS / RD423SS
Gutter Adjustment m$_________ $_________
T-508.010-1 835.00
85 TS 1010/TS 3.50/TS 1350/TS 2.10 / GN106SS
Concrete curb m$_________ $_________
T-600.11-1 695.00
86 TS 3.17/TS 3.50/TS 1350/TS 2.10 / GN106SS / RD407SS
Concrete curb and gutter m$_________ $_________
T-600.05-1 140.00
87 TS 3.17/TS 3.50/TS 1350/TS 2.10 / GN106SS / RD407SS
Concrete mountable curb with gutter m$_________ $_________
T-600.05-1 16.00
88 TS 3.80/TS 2.10
Concrete unit pavers - with concrete base
m2$_________ $_________
T-561.030-1 15.00
89 TS 3.30/TS 1003/TS 1101/TS 1151/TS 2.10 / RD423SS
Residential asphalt driveway - hot mix
m2$_________ $_________
T-310.050-8 110.00
90 TS 1350/TS 2.10 / GN106SS
Concrete driveway - 150 mm thick m2$_________ $_________
T-310.050-8 225.00
91 TS 3.70/TS 1350/TS 2.10 / GN106SS / RD424SS
Concrete raised median m2$_________ $_________25.00
92 TS 1010/TS 1350/TS 2.10/TS 3.45 / GN106SS
Concrete road base repair - 150 mm thick
m2$_________ $_________
T-508.010-1 2,785.00
Aug 06, 2019 24 Page 3 -13 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
93 TS 3.90 / GN106SS
Minor crack repair in concrete road base
m$_________ $_________1,000.00
94 TS 3.90 / GN106SS
Major crack repair in concrete pavement
m$_________ $_________1,000.00
95 TS 3.90 / GN106SS
Rout and seal joints and minor cracks in pavement
m$_________ $_________85.00
96 TS 3.40 Supplemental cost for 7 day high early strength concrete over regular concrete mix
m2$_________ $_________380.00
97 TS 3.40 Supplemental cost for 24 hour high early strength concrete over regular concrete mix
m2$_________ $_________2,725.00
98 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10 / RD423SS
Superpave 12.5, Traffic Category B, PG 64-28
t$_________ $_________1,565.00
99 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10 / RD423SS
Superpave 19.0, Traffic Category B, PG 64-28
t$_________ $_________2,600.00
100 TS 1010/TS 501/TS 2.10
50 mm crushed aggregate t$_________ $_________755.00
101 TS 13.10/TS 2.10
Unshrinkable fill m3$_________ $_________100.00
102 TS 501/TS 1010/TS 2.10
Granular A RAP t$_________ $_________5.00
103 TS 4.50 / GN121SS / RD422SS
Utility adjustment each$_________ $_________
T-704.010-1 42.00
104 TS 3.20 / RD423SS
Tack coat m2$_________ $_________17,015.00
105 TS 3.70 Tactile walking surface indicator m$_________ $_________T-310.030-1
0/T-310.030-11
54.00
106 TS 5.00/TS 2.10
Nursery sod m2$_________ $_________510.00
Aug 06, 2019 25 Page 3 -14 of 15
SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM
Contract No. 19ECS-TI-12LR
Item Standard/ Special
Specification
Description Estimated Quantity
Unit Unit PriceAdden-dum No.
Standard/ Special Drawing
Tender Call No.188-2019
Total Per Item
107 OPSS 805 Sediment control fence m$_________ $_________
T-219.130-1 2,135.00
108 OPSS 710 / RD419SS / GN121SS
Field reacted polymeric pavement markings
lump sum
$_________ $_________1.00
109 TS 2.10/TS 3.20/TS 4.60 / GN106SS / RD423SS / GN121SS
Utility cut pavement to match existing pavement structure including Granular A up to base asphalt - flexible pavement structure
m2$_________ $_________T-509.010-1
(2 of 2)1,040.00
110 TS 2.10/TS 3.20/TS 3.45/TS 4.60 / GN106SS / RD423SS / GN121SS
Utility cut pavement to match existing pavement structure including Granular A up to base asphalt- composite pavement structure
m2$_________ $_________T-508.010-1
/T-509.010-1 (1 of 2)
460.00
Total For Section II Construction and/or Installation
Total For Part D Local Roads
Part E Contingency
111 Contingency allowance PSN/A N/AN/A
Total For Part E Contingency
Summary of Tender Total
Part A General
Part B Watermain
Part C Water Services
Part D Local 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 (10.00%)
Aug 06, 2019 26 Page 3 -15 of 15