addendum no. 1 tender no. 309-2016 contract no. 14ecs …

12
Joanne Kehoe Manager Construction Services Michael Pacholok Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 October 20, 2016 Posted on website: (5 pages + 1 Attachment) ADDENDUM NO. 1 TENDER NO. 309-2016 CONTRACT NO. 14ECS-TI-07BE RE: REHABILITATION OF THE EGLINTON AVE. BRIDGE OVER ETOBICOKE CREEK CLOSING DATE 12:00 P.M. NOON LOCAL TIME, OCTOBER 26, 2016 Please refer to the above Tender Call document in your possession and be advised of the following: I. REVISIONS i. Section 2, clause 6.2(A)(2) and similarly in section 3, page 3-10 under "Project Experience/Comparable Projects (in Watercourse Rehabilitation)", first paragraph, is revised as follows: Bidders, or their subcontractor, must have successfully completed at least two (2) creek restoration/erosion control projects each with values in excess of $200,000 total in the last five (5) years or an aggregate value of $1,000,000 in the last three (3) years. ii. Section 3 - Tender Submission Package, Pricing Form - Pages 3-13 to 3-19. Replace Pricing Form 3-13 to 3-19 with the attached Revised Pricing Pages 3-13 to 3-19 dated October 20, 2016 (7 pages). Failure to use the Revised Pricing Pages will result in your bid being declared non-compliant. iii. Section 4A - Special Specifications Subsections "S.51 Construct and Maintain Temporary Crossing to Main Bank and Access Route Along West Bank Including Culvert Crossing - Item 52" and "S.52 Construct and Maintain Temporary Crossing to East Bank and Access Routes and Staging Areas on East Bank - Item 53" Add the following regarding obtaining TRCA approval of the bridge structures: As part of the submission to TRCA the following confirmations will be required: A statement from a geotechnical engineer stating that the placement of the footings and abutments will not cause any slope stability issues. 1 of 12

Upload: others

Post on 08-Dec-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Joanne Kehoe

Manager Construction Services

Michael Pacholok Director

Purchasing and Materials Management Division City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2

October 20, 2016 Posted on website: (5 pages + 1 Attachment)

ADDENDUM NO. 1

TENDER NO. 309-2016 CONTRACT NO. 14ECS-TI-07BE

RE: REHABILITATION OF THE EGLINTON AVE. BRIDGE OVER ETOBICOKE CREEK

CLOSING DATE 12:00 P.M. NOON LOCAL TIME, OCTOBER 26, 2016

Please refer to the above Tender Call document in your possession and be advised of the following: I. REVISIONS

i. Section 2, clause 6.2(A)(2) and similarly in section 3, page 3-10 under "Project Experience/Comparable Projects (in Watercourse Rehabilitation)", first paragraph, is revised as follows: Bidders, or their subcontractor, must have successfully completed at least two (2) creek restoration/erosion control projects each with values in excess of $200,000 total in the last five (5) years or an aggregate value of $1,000,000 in the last three (3) years.

ii. Section 3 - Tender Submission Package, Pricing Form - Pages 3-13 to 3-19.

Replace Pricing Form 3-13 to 3-19 with the attached Revised Pricing Pages 3-13 to 3-19 dated October 20, 2016 (7 pages). Failure to use the Revised Pricing Pages will result in your bid being declared non-compliant.

iii. Section 4A - Special Specifications

Subsections "S.51 Construct and Maintain Temporary Crossing to Main Bank and Access Route Along West Bank Including Culvert Crossing - Item 52" and "S.52 Construct and Maintain Temporary Crossing to East Bank and Access Routes and Staging Areas on East Bank - Item 53"

Add the following regarding obtaining TRCA approval of the bridge structures:

As part of the submission to TRCA the following confirmations will be required:

A statement from a geotechnical engineer stating that the placement of the footings and abutments will not cause any slope stability issues.

1 of 12

Confirmation from a structural engineer that the bridges will not wash out in a storm event up to a 10 year level. For a 10 year return period, the expected flow depth is 3.2m and the average flow velocity is 2.95 m/sec.

II. CLARIFICATIONS

1. Section 4A - Special Specifications

The following is to clarify the intent of the Itemized Special Specifications:

1. The text following Special Specification S.8 also applies to S.7. 2. The text following Special Specification S.12 also applies to S.11. 3. The text following Special Specification S.14 also applies to S.13. 4. The text following Special Specification S.16 also applies to S.15. 5. The text following Special Specification S.18 also applies to S.17. 6. The text following Special Specification S.31 also applies to S.28, S.29 and S.30. 7. The text following Special Specification S.37 also applies to S.33, S.34, S35 and S.36. 8. The text following Special Specification S.39 also applies to S.38. 9. The text following Special Specification S.42 also applies to S.40 and S.41. 10. The text following Special Specification S.45 also applies to S.44. 11. The text following Special Specification S.52 also applies to S.50 and S.51. 12. The text following Special Specification S.60 also applies to S.59. 13. The text following Special Specification S.62 also applies to S.61. 14. The text following Special Specification S.66 also applies to S.65. 15. The text following Special Specification S.70 also applies to S.69. 16. The text following Special Specification S.72 also applies to S.71. 17. The text following Special Specification S.74 also applies to S.73. 18. The text following Special Specification S.76 also applies to S.75. 19. The text following Special Specification S.78 also applies to S.77.

III. ADDITIONS

i. Section 4 Scope of Work

The following section has been added: 20. Snow Removal

The Contractor shall be responsible for managing snow and ice to ensure the safety and convenience of the public are maintained during the entire contract period. The Contractor shall supply all labour, material and equipment to perform snow removal, plowing and de-icing activities on the temporary public gravel path from creek level to the sidewalk at Eglinton Avenue that is required as part of Phase 1 work. As a minimum, the pathway shall be cleared of ice and snow no later than 24 hours following the event causing the condition.

2 of 12

The Contractor shall also be responsible for the costs of snow removal, plowing and de-icing as required to facilitate safe operation and execution of the work in the construction work zone. No additional payments will be made for the costs associated with snow removal, plowing and de-icing but deemed to be included in various other items associated with work to be completed during cold weather months.

ii. Section 4A - Special Specifications

Add the following item S.82:

S.82. Disposal as Non-Hazardous Solid Industrial or Commercial Waste (Provisional) -

Item 90

This is a provisional item. Work under this tender item shall conform to OPSS 180 except as amended herein.

Should contaminated materials be identified during excavation (ie. visual or olfactory evidence), the Contractor will coordinate sampling and chemical analysis to compare to Site Conditions Standards as defined by the MOE for appropriate removal methods. Should the contaminated materials be identified as Non-Hazardous Solid Industrial or Commercial Waste in accordance with OPSS 180, then management for the disposal of the waste shall be in accordance with OPSS 180.07.05.

Measurement for payment shall be made on a Cubic Meter basis.

Basis of Payment

The second paragraph of OPSS 180.10 is deleted in its entirety and add the following:

Payment for this item, as per the Pricing Form, shall be full compensation for the management of excess material that is to be disposed of as Non-Hazardous, Solid Industrial or Commercial Waste, including all labour, equipment and material to do the work and inclusive of all costs associated with sampling, testing, analyses, characterization of quality, designation of waste types, delineation of quality and extent of excess material, identifying and selecting appropriate haulers, receivers and/or disposal sites for the excess material, acquiring approvals, releases and agreements and all other costs associated with the work pursuant to this special provision and OPSS 180.

iii. Section 4A – Special Specifications

Add the following item S.83:

S.83. Disposal as Subject Waste (Provisional) - Item 91

This is a provisional item. Work under this tender item shall conform to OPSS 180 except as amended herein.

3 of 12

Should contaminated materials be identified during excavation (ie. visual or olfactory evidence), the Contractor will coordinate sampling and chemical analysis to compare to Site Conditions Standards as defined by the MOE for appropriate removal methods. Should the contaminated materials be identified as Subject Waste in accordance with OPSS 180, then management for the disposal of the waste shall be in accordance with OPSS 180.07.07.

Measurement for payment shall be made on a Cubic Meter basis.

Basis of Payment

The second paragraph of OPSS 180.10 is deleted in its entirety and add the following:

Payment for this item, as per the Pricing Form, shall be full compensation for the management of excess material that is to be disposed of as Subject Waste, including all labour, equipment and material to do the work and inclusive of all costs associated with sampling, testing, analyses, characterization of quality, designation of waste types, delineation of quality and extent of excess material, identifying and selecting appropriate haulers, receivers and/or disposal sites for the excess material, acquiring approvals, releases and agreements and all other costs associated with the work pursuant to this special provision and OPSS 180.

IV. QUESTIONS AND ANSWERS

Q1. With the extensive take off exercise for Part D, Site Access to Creek Level, time taken for those channel restoration specialists in pricing Part E of the Pricing Form and readiness of gravel suppliers to provide enough materials during winter period, would the City consider giving 1 week extension on closing for the tender

A1. No extension will be granted at this time.

Q2. Information to Bidders 6.2.A Experience and Qualification Form subsection 2. States that

Bidders must have successfully completed two creek restoration/erosion control projects. Is

this also open to a subcontractors experience, or must the GC meet these requirements to be

considered for the work?

A2. Refer above to I. Revisions, i.

Q3. Can you provide the as builts for the above noted contract.

A3. Refer to Section 4 (8) Reference Drawings and Documents

4 of 12

V. ATTACHMENTS

i. Revised Pricing Pages dated October 20, 2016

Should you have any questions regarding this Addendum, contact Marianne Gonzalez Angulo, atemail: [email protected]

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 CoverPage as per the Process Terms and Conditions, Section 1, Item 8 - Addenda, of the Tender Calldocument. All other aspects of the Tender remain the same.

Yours

/?Lc°‘ J anne Kehoe

Manager, Construction ServicesPurchasing & Materials Management

5 of 12

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 14ECS-TI-07BE -Const

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No. 309-2016

Total Per Item

Part A GENERAL ITEMS

1 TS 1.10/ S.1 Supply and install field office for the City staff

lump sum

$_________ 1.00

$___________

2 S.2 Bonds and Insurance Payment lump sum

$_________ 1.00

$___________

3 S.3 Mobilization and Demobilization lump sum

$_________ 1.00

$___________

4 S.4 Construction Survey and Layout lump sum

$_________ 1.00

$___________

5 Section 5A, Item 11/ S.5

Supply, install and manage "Capital Improvement Project Construction Sign" as per contract document

each$_________

2.00$___________

T-216.02-24

6 TS 1.00/ S.6 Supply, place, relocate and maintain changeable message sign

each$_________

2.00$___________

7 TS 1.00/ S.7 Supply, place, relocate, maintain and remove temporary site fence

m$_________

600.00$___________

8 OPSS 541/ S.8

Supply, place, relocate, maintain and remove temporary chain link fence on barrier

m$_________

180.00$___________

9 S.9 Contingency Allowance PS$390,000.00

1.00$390,000.00

Total For Part A GENERAL ITEMS

Part B ROAD WORKS

10 TS 1.00/ S.10

Provide traffic control for maintenance of traffic as per Ontario Traffic Manual(OTM)Book 7 Temporary Conditions

lump sum

$_________ 1.00

$___________

11 TS 1.00 / S.11

Temporary Precast Concrete Barrier m$_________

180.00$___________OPSD

920.012 / OPSD 920.02 / OPSD 920.03

12 TS 1.00 / S.12

Relocate Temporary Precast Concrete Barrier

m$_________

300.00$___________OPSD

920.012 / OPSD 920.02 / OPSD 920.03

13 OPSS.MUNI 723 / S.13

Energy Attenuator - Temporary, Narrow

each$_________

2.00$___________

14 OPSS,MUNI 723 / S.14

Energy Attenuator - Relocation, Narrow

each$_________

4.00$___________

15 OPSS 510 / TS 3.15 / TS 928/ S.15

Full depth asphalt and waterproofing removal on deck

m2$_________

922.00$___________

Oct 20, 2016 13 Page 3 -6 of 12

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 14ECS-TI-07BE -Const

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No. 309-2016

Total Per Item

16 OPSS 510 / TS 3.15/ S.16

Full depth asphalt and waterproofing removal on approach slab

m2$_________

188.00$___________

17 TS 2.10 / TS 510/ S.17

Remove concrete or asphalt sidewalk, all thicknesses

m2$_________

20.00$___________

18 TS 2.10 / TS 510/ S.18

Remove concrete/asphalt curb, curb & gutter, all types

m$_________

6.00$___________

19 TS 510/ S.19 Remove steel beam guide rail - all types

m$_________

26.00$___________

20 TS 310 / TS 1101 / TS 1150/ S.20

Supply and place HL 1 with PGAC 64-28

t$_________

110.00$___________

21 TS 310 / TS 1150 / TS 1101 / TS 1003/ S.20

Supply and place HL 8HS with PGAC 58-28

t$_________

120.00$___________

22 TS 3.20/ S.21 Supply and apply tack coat - SS1 asphalt emulsion, including cleaning and sweeping road surface prior to applying tack coat

m2$_________

1,110.00$___________

23 TS 1150/ S.22 Prepare hot mix asphalt mix trail batches, all mix types - Marshall mix design method (Provisional)

each$_________

2.00$___________

24 S.23 Construct concrete sidewalk m2$_________

20.00$___________

25 TS 1350 / TS 3.50/ S.24

Construct concrete curb and gutter m$_________

6.00$___________T 350.01 /

T 600.11-1

26 S.25 Supply, install , maintain and remove temporary Class 1 non-woven geotextile fabric silt control for catchbasins

each$_________

4.00$___________

27 OPSS 552/ S.26

Supply and install single steel beam guide rail, channel and posts

m$_________

26.00$___________OPSD

902.01 / OPSD 902.02 / OPSD 902.03 / OPSD 902.04 / OPSD 902.05

28 OPSS,MUNI 732 / S.27

Extruder Terminal System each$_________

1.00$___________

29 TTS 816/ S.28

Supply and apply temporary pavement marking tape, white or yellow, solid or skip lines, 100 mm wide

m$_________

1,921.00$___________

Oct 20, 2016 14 Page 3 -7 of 12

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 14ECS-TI-07BE -Const

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No. 309-2016

Total Per Item

30 TS 3.15 / OPSS 180/ S.29

Remove pavement marking (paint or tape) by milling

m$_________

1,959.00$___________

31 TTS 816/ S.30

Supply and apply temporary pavement marking tape, solid white stop bar, 500 mm wide

m$_________

28.00$___________

32 TTS 816/ S.31

Supply and apply pavement marking, white or yellow, solid or skip lines, 100 mm wide - paint

m$_________

1,171.00$___________

Total For Part B ROAD WORKS

Part C STRUCTURE WORKS

33 TS 2.10 / OPSS 404 / OPSS.MUNI 539 / OPSS.MUNI 928 / S.32

Acess to work area, platforms and scaffolding

lump sum

$_________ 1.00

$___________

34 OPSS 928/ S.33

Scarify Deck m2$_________

184.00$___________

35 OPSS 510 / OPSS,MUNI 928 / S.34

Concrete Removal - Partial Depth, Type A

m3$_________

12.00$___________

T 560.040

36 OPSS 510 / OPSS.MUNI 928 / S.35

Concrete Removal - Partial Depth, Type B

m3$_________

1.50$___________

37 OPSS 510 / OPSS.MUNI 928 / S.36

Concrete Removal - Partial Depth, Type C

m3$_________

3.50$___________

38 OPSS 510/ OPSS.MUNI 928 / S.37

Remove expansion joints on deck each$_________

2.00$___________

39 OPSS 929 / S38

Abrasive Blast Cleaning for Overlays m2$_________

75.00$___________

40 OPSS 929 / S.39

Abrasive Blast Cleaning of Reinforcing Steel

m2$_________

160.00$___________

41 OPSS 930/ S.40

Concrete overlay m3$_________

11.60$___________

42 OPSS.MUNI 930 / S.41

Concrete Patches, Formed Surface m3$_________

7.00$___________

43 OPSS.MUNI 930 / S.42

Concrete Patches, Unformed Surface

m3$_________

12.00$___________

44 OPSS 510 / OPSS 928/ S.43

Concrete repair, precast girders m3$_________

2.00$___________

45 S.44 Cold Weather Concrete for Concrete Patches (Provisional)

m3$_________

19.00$___________

Oct 20, 2016 15 Page 3 -8 of 12

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 14ECS-TI-07BE -Const

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No. 309-2016

Total Per Item

46 S.45 Cold Weather Concrete for Repair of Precast Girders (Provisional)

m3$_________

2.00$___________

47 OPSS 932 Crack Injection m$_________

300.00$___________

48 TS 3.20 / OPSS 1213 / OPSS 914/ S.47

Bridge deck and approach slab waterproofing

m2$_________

1,110.00$___________

49 OPSS 9.00/ S.48

Surface seal concrete - clear m2$_________

169.00$___________

50 TS 3.40 / OPSS 932/ S.49

Supply and install expansion joint assemblies

m$_________

37.30$___________

Total For Part C STRUCTURE WORKS

Part D SITE ACCESS TO CREEK LEVEL

51 S.50 Construct and maintain access route from Eglinton Avenue to walkway at creek level.

lump sum

$_________ 1.00

$___________

52 S.51 Construct and maintain temporary crossing to west bank and access route along west bank including culvert crossing.

lump sum

$_________ 1.00

$___________

53 S.52 Construct and maintain temproary crossing to east bank and access routes and staging areas on east bank.

lump sum

$_________ 1.00

$___________

54 S.53 Supply, install , maintain and remove temporary sediment control fence as directed

m$_________

600.00$___________

55 S.54 Flow management including pumping and dewatering

lump sum

$_________ 1.00

$___________

56 S.55 Fish removal / rescue lump sum

$_________ 1.00

$___________

Total For Part D SITE ACCESS TO CREEK LEVEL

Part E CONCRETE WORK BELOW STRUCTURE

57 OPSS 510 / OPSS.MUNI 928 / S.56

Concrete Removal - Full Depth m3$_________

390.00$___________

58 OPSS 510 / OPSS 902/ S.57

Earth excavation for structure m3$_________

535.00$___________

59 TS 1010 / S.58

Supply and Place Granular A t$_________

218.00$___________

Oct 20, 2016 16 Page 3 -9 of 12

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 14ECS-TI-07BE -Const

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No. 309-2016

Total Per Item

60 OPSS.MUNI 904 / OPSS.MUNI 905 / OPSS 919

Concrete in Lower Slope Paving and Foundations

m3$_________

24.00$___________

61 OPSS.MUNI 904 / OPSS.MUNI 905 / OPSS 919 / S.60

Concrete in Walkway and Walkway Walls

m3$_________

76.00$___________

62 OPSS.MUNI 904/ S.61

Cold Weather Concrete Protection - Protection Measures PM1 to PM4 (Provisional)

m3$_________

100.00$___________

63 OPSS.MUNI 904/ S.62

Cold Weather Concrete Protection - Protection Measure PM5 (Provisional)

m3$_________

100.00$___________

64 OPSS.MUNI 928 / OPSS.MUNI 930/ S.63

Repair of Crack in Toe Wall lump sum

$_________ 1.00

$___________

65 OPSS 904 / OPSS 1440 / OPSS 905/ S.64

Supply and install reinforcing steel t$_________

17.00$___________

66 S.65 Supply and install cabled concrete slope protection, 215mm thick.

m2$_________

400.00$___________

67 S.66 Supply and install cabled concrete slope protection, 114mm thick.

m2$_________

600.00$___________

68 TS 405 / S.67 Pipe subdrain - 150mm diameter m$_________

100.00$___________

T 216.02-8

69 OPSS 908/ S.68

Supply and install pedestrian handrail

m$_________

100.00$___________

70 OPSS.MUNI 410 / TS 410 / S.69

400mm dia., 2.8mm thick CSP Pipe Sewer

m$_________

22.00$___________T 708.01

T 1006.01-1T 708.01-1

71 OPSS.MUNI 410 / TS 410 / S.70

450mm dia., 2.8mm thick CSP Pipe Sewer

m$_________

22.00$___________

72 TS 510/ S.71 Remove and dispose of offsite gabion baskets

m3$_________

25.00$___________

73 OPSS 512/ S.72

Supply and install armour stones t$_________

25.00$___________

Total For Part E CONCRETE WORK BELOW STRUCTURE

Part F CHANNEL RESTORATION WORKS

74 TS 2.00 / OPSS 201 / S.73

Clearing, grubbing, tree removals including removal of channel debris.

lump sum

$_________ 1.00

$___________

Oct 20, 2016 17 Page 3 -10 of 12

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 14ECS-TI-07BE -Const

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No. 309-2016

Total Per Item

75 TS 2.00/ OPSS 201 S.74

Clearing and grubbing existing tree 150 mm diameter or larger

each$_________

15.00$___________

76 S.75 Excavation, earthwork, grading and reuse of materials for channel works.

m3$_________

400.00$___________

77 S.76 Excavation, earthwork, grading and disposal of materials for channel works.

m3$_________

250.00$___________

78 S.77 Supply and placement of stone protection for vegetated buttress.

m3$_________

575.00$___________

79 S.78 Supply, plant and maintain Pussy Willow / Sandbar Willow live stakes.

each$_________

3,400.00$___________

80 OPSS 802 / S.79

Supply and placement of topsoil for restoration.

m3$_________

100.00$___________

81 OPSS.MUNI 804 S.80

Supply and application of terraseed mixture

m2$_________

1,000.00$___________

82 TS 5.30/ S.81 Supply and Planting of Trees and Shrubs

each$_________

1 18.00$___________

83 TS 5.30/ S.81 Supply all labour, equipment and materials for planting common hackberry tree.

each$_________

1 19.00$___________

84 TS 5.30/ S.81 Supply all labour, equipment and materials for planting black walnut tree.

each$_________

1 14.00$___________

85 TS 5.30/ S.81 Supply all labour, equipment and materials for planting red osier dogwood shrub.

each$_________

1 50.00$___________

86 TS 5.30/ S.81 Supply all labour, equipment and materials for planting nannyberry shrub.

each$_________

1 30.00$___________

87 TS 5.30/ S,81 Supply all labour, equipment and materials for planting grey alder shrub.

each$_________

1 32.00$___________

88 TS 5.30/ S.81 Supply all labour, equipment and materials for planting ninebark shrub.

each$_________

1 15.00$___________

89 TS 5.30/ S.81 Supply all labour, equipment and materials for planting american cranberry bush shrub.

each$_________

1 30.00$___________

90 OPSS 180/ S.82

Disposal as non-hazardous solid industrial or commercial waste (Provisional)

m3$_________

1 100.00$___________

91 OPSS 180/ S.83

Disposal as subject waste. (Provisional)

m3$_________

1 100.00$___________

Total For Part F CHANNEL RESTORATION WORKS

Oct 20, 2016 18 Page 3 -11 of 12

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 14ECS-TI-07BE -Const

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No. 309-2016

Total Per Item

Summary of Tender Total

Part A GENERAL ITEMS

Part B ROAD WORKS

Part C STRUCTURE WORKS

Part D SITE ACCESS TO CREEK LEVEL

Part E CONCRETE WORK BELOW STRUCTURE

Part F CHANNEL RESTORATION WORKS

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".

Oct 20, 2016 19 Page 3 -12 of 12