december 9, 2016 via internet site posting (11 pages) › inter › pmmd ›...

11
Michael Pacholok, Chief Purchasing Official and Director Purchasing and Materials Management Division City Hall, 18th Floor, West 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe Manager Construction Services December 9, 2016 Via Internet Site Posting (11 Pages) Addendum No. 3 Tender Call No. 304-2016 Closing: 12:00 NOON (LOCAL TIME), December 16, 2016 FOR: all materials, equipment, labour and supervision required to complete the Construction of Lisgar Park PH2 & PH3 Park Improvements. Please refer to the above Tender Call document in your possession and be advised of the following: 1 REVISED - Pricing Form, Base Prices Delete Pricing Form and Pricing Form - Base Price from the tender documents and replace with Section 3 - Tender Submission Package, Pricing Form and Pricing Form - Base Price, Revised December 6, 2016- (5 pages) as attached to this addendum. Changes to the form are: .1 - Revised Section A: Environmental Remediation of Phase 3 Lands. .2 - Added Cash Allowance – Playground Area Construction. The Pricing Form-Alternative Prices is unchanged and must be completed and submitted with your bid 2 REVISED - Section 4, Scope of Work, Drawing L3.0 Delete Dwg L3.07 as provided in the the tender set and replace it with Dwg L3.07, Plan of In-Ground Landscape Works, Revise dated Dec 6, 2016, attached to this addendum. (1 sheet) 3 ANSWERS TO QUESTIONS: Below are responses to questions received during the bid period. Q1. Please state the manufacturers or from where the existing Multi-Functional Timber Uprights were procured from. A1. The Multi-Functional Timber Uprights (MFTU's) are custom built, decorative light poles. The Work was performed under the General Contractor Grascan Construction Ltd. The custom steel and timber work and coordination, including engineered shop drawings, was done by the Site Furnishing Sub-Contractor, Bryte Designs: Bryte Designs 134 Jarvis Street, Second Floor Toronto Tel: 416-638-1932 [email protected] Electrical and concrete were done by others. 1 of 11

Upload: others

Post on 04-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Michael Pacholok, Chief Purchasing Official and Director

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

Joanne Kehoe Manager Construction Services

December 9, 2016 Via Internet Site Posting (11 Pages)

Addendum No. 3 Tender Call No. 304-2016

Closing: 12:00 NOON (LOCAL TIME), December 16, 2016

FOR: all materials, equipment, labour and supervision required to complete the Construction of Lisgar Park PH2 & PH3 Park Improvements.

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

1 REVISED - Pricing Form, Base Prices

Delete Pricing Form and Pricing Form - Base Price from the tender documents and replace with Section 3 - Tender Submission Package, Pricing Form and Pricing Form - Base Price, Revised December 6, 2016- (5 pages) as attached to this addendum.

Changes to the form are: .1 - Revised Section A: Environmental Remediation of Phase 3 Lands. .2 - Added Cash Allowance – Playground Area Construction.

The Pricing Form-Alternative Prices is unchanged and must be completed and submitted with your bid

2 REVISED - Section 4, Scope of Work, Drawing L3.0

Delete Dwg L3.07 as provided in the the tender set and replace it with Dwg L3.07, Plan of In-Ground Landscape Works, Revise dated Dec 6, 2016, attached to this addendum. (1 sheet)

3 ANSWERS TO QUESTIONS:

Below are responses to questions received during the bid period.

Q1. Please state the manufacturers or from where the existing Multi-Functional Timber Uprights were procured from.

A1. The Multi-Functional Timber Uprights (MFTU's) are custom built, decorative light poles. The Work was performed under the General Contractor Grascan Construction Ltd. The custom steel and timber work and coordination, including engineered shop drawings, was done by the Site Furnishing Sub-Contractor, Bryte Designs:

Bryte Designs 134 Jarvis Street, Second Floor Toronto Tel: 416-638-1932

[email protected]

Electrical and concrete were done by others.

1 of 11

2

Q2. In the specifications, it states on page 51, 1.09: B -Granular Materials Classification (to be issued by Addendum)

A2. The Granular Materials installed in Phase 2 Lands is 19mm crusher run limestone.

Q3. Where do we include on the Pricing Form, the new playground allowance of $140,000.00; shown on page 63 of Specifications

A3. Complete and submit revised Pricing Form, dated December 8, 2016, attached to this addendum.

Q4. Who was the original electrical contractor who completed the 1st phase so that we may pursue the same for continuation.

A4. Cobra Power Ltd., 60 Rivalda Rd, Toronto ON, M9M 2M3, 905-763-1387

Q5. Can a staging for work showing which areas need to stay open be provided.

A5. Phase 1 Lands are to remain open for public use during construction of Phase 2 and Phase 3 park improvements, with the following exceptions;

• Playground area and associated relocation of trees, shrubs, and soils in new locations within Phase 1 Lands.

• The immediate area around the electrical panel will need site protection during the time electrical and irrigation control connections are being made for Phase 2 and Phase 3 components.

• Alternate Price Item No. 1: New Concrete Pavement in western part of Phase 1 Lands, should the provisional price for be accepted by the City. Costs for site protection must be included in the provisional price.

Note: All areas of work within Phase 1 Lands require site protection, and the costs for site protection must be included in the base bid price.

Q6. Section 16030 only has 2 pages but it states there should be 3.

A6. The tender issued version of section 16030 is complete at two pages. The page number in the document header is incorrect.

Q7. Dwg L3.07 details call out for PIP 20 x 200x 200 & 300 x 200 x 200 concrete sleeper, please clarify.

A7. See item 2 of this addendum. Detail 9, Dwg L5.03 – Wood Deck Typical Cross-Sections show a 300 x 200 mm concrete sleeper required for internal edges, supporting two timber sleepers side by side; and 200 x 200mm concrete sleepers located at back , side, and front edges, supporting a single timber sleeper.

Q8. Is there any work to be completed in the first phase, other than the provisional sidewalk.

A8. Small portions of the base bid work of phase 2 and 3 overlap into the phase 1 lands. These include decking, concrete pavement, storm, water, irrigation, and utility tie-ins, and are all clearly shown on the drawings. Phase 2 and Phase 3 electrical and irrigation control connections will

2 of 11

3

require access to the electrical panel located in Phase 1 Lands. Playground work is located within Phase 1 Lands.

Q9. According to the Labour Trades Contractual Obligation in the Construction Industry, section B3. Guidelines for Prospective Bidders, it is stated for the Carpentry work, appropriate union affiliations must be used. Can you provide list of Carpenters who can perform the work with this criteria?

A9. The City cannot provide names of companies to bidders to perform work being tendered, as this is the responsibility of the bidder. However, we can provide you with the following contact information that may be of assistance to you:

Carpenters Union, Carpenters District Council of Ontario 222 Rowntree Dairy Road Woodbridge, Ontario Tel: (905) 652-4140 Fax: (905) 652-4139

Q10. Under Section 02870 Site Furnishings Specifications, few items have preferred supplier. Can you provide preferred suppliers/contractors for Custom Island Benches and Multi-functional timber upright items as well? Or the name of the Contractor who performed in Phase I can be provided.

A10. See answers to Q1 above.

Q11. Excavation, Backfill and site grading specification Section 02200, item 1.07 B has reference to Phase I area (existing park). The bid scope Is Phase 2 and 3.

A11. The reference to Phase 1 Lands applies to overlap work within Phase 1 Lands, adjacent to Phase 2 and Phase 3 Lands. It also is in reference to Playground work within Phase 1 Lands, and Alternate Price Item No. 1: New Concrete Pavement in western part of Phase 1 Lands.

Q12. Drawing SS-2, In Phase 3 site services scope, lower water service below proposed storm sewer. The pipe size and material of water services is not specified.

A12. The existing water service and maintenance hole, located in the Phase 3 Lands (present parking lot), provides municipal water service from Abell Street to the Canada Post Building. The service is not to be disturbed. The maintenance hole chamber, frame and grate will require grade adjustment as per proposed finished grades. Prior to excavation for environmental remediation, the contractor is required to investigate diameter, location and depth of existing water service in Phase 3 Lands, by exposing the water main by Hydro-Vac excavation, at the east and west park boundaries, and at locations where proposed storm pipes cross over water main, as directed by the consultant, and survey measure top of main and diameter of main, to determine clearances required for proposed storm system. Costs of investigation are to be included in base bid price, Section A: Environmental Remediation of Phase 3 Lands.

Q13. Please specify Testing, chlorination of water service is required.

A13. Testing or chlorination of existing water main located in Phase 3 Lands is not required. The existing water service is not to be disturbed except for MH chamber, top of grate and frame grade adjustments.

3 of 11

4

Water quality testing is required for existing water service located in Phase 2 Lands (installed as part of Phase 1 scope of work), after completion of water service modifications specified in Phase 2 and Phase 3 scope of work (see Site Services Dwg SS-2).

Q14. Will the city review and change re- bar from epoxy to black as per attached document. Most suppliers are moving away from epoxy and this could obsolete in the very near future. In addition it could provide issues as outlined.

A14. Black Re-bar, meeting OPSS MUNI 1440 "Material Specification For Steel Reinforcement For Concrete", will be accepted by the City for this project, in lieu of epoxy coated re-bar. The cost of black r-bar must be included in the base bid price.

Q15. Regarding the gas pipe on the west side of Phase 3:

a) What is the size of the pipe?

b) What type of easement is it?

c) Is it an Enbridge easement?

d) Is it a public or private service?

e) How deep is it buried?

A15. a) Enbridge Utility drawings indicate a gas main diameter of 50mm. This has not been confirmed.

The location, depth, and diameter of gas main are to be investigated prior to demolition of pavement surfaces and prior to excavation for environmental remediation. Investigation will comprise hydro-vac excavations at 3.0 meter intervals along the length of existing gas main and at locations where gas main enters and exits at property line. Excavations must expose gas main and covering trench/bedding material to a lateral extent of 300 mm on each side of gas main. Survey measure top of main and diameter of main. Enbridge staff will Costs of investigation are to be included in base bid price, Section A: Environmental Remediation of Phase 3 Lands.

b) No easement exists.

c) The gas main is owned by Enbridge.

d) The gas main is located within City road allowance that is in the process of being closed and transferred to

e) The depth has to be confirmed through site investigation. See answer a) above.

Q16. Please notify is the footing top is a manufactured “art form” or if it is self-formed?

A16. We assume this is a reference to the Multi-Functional Timber Upright concrete base. These must be formed individually in the field. It is not an "art form".

Q17. Is the duct that we are tying into on E.1 (note 7) empty duct?

A17. Yes.

Q18. We were wondering if there will be temporary power allowed from the phase 1 panel, during construction? Or, will we need to account for daily generator costs?

4 of 11

5

A18. The power from the electrical panel may not be used for construction of Phase 2 and Phase 3 park improvements. The contractor must provide their own temporary power and include costs in the pricing for Base Bid Price Line item - Section A: Mobilization, Construction Start-up & Staging.

Should you have any questions regarding this addendum, please contact Mike Voelker at [email protected]

Please attach this addendum to your RFT 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 8 - Addenda, of the Tender Call document. All other aspects of the Tender remain the same.

Yours truly, Joanne Kehoe Manager, Construction Services Purchasing and Materials Management

5 of 11

Section 3 – Tender Submission Package Pricing Form – Revised December 8, 2016

Tender Call No. 304-2016

6

The Bidder must provide the rate and the amount for each Tender item, the total for each part / subsection, the grand total, HST amount and the total amount of Tender on the forms in the ensuing pages. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the city are to be submitted in the space provided in the price schedule as "$0.00" or "zero".

All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible.

Where included, the Alternative Prices, and Supplementary List of Prices Required for Extra Work Forms must also be completed.

The lowest Bidder will be determined solely from the Total Base Bid, subject to the City's reserved rights not to award to any Bidder.

The award shall be based on the Products specified in the tender documents. Alternate materials that are not listed may be proposed as a substitution after the award as follows:

.1 Where the specifications require the Contractor to supply a Product designated by a trade or other name, the Tender Call shall be based only upon supply of the Product so designated, which shall be regarded as the standard of quality required by the specification. After the award, the Contractor may apply to the Contract Administrator to substitute another Product identified by a different trade or other name for the Product designated as set out above. The application shall be in writing and shall state the price for the proposed substitute Product, and such other information as the Contract Administrator may require.

.2 Rulings on a proposed substitution Product will not be made prior to the award. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a proposed substitution Product will be made at the discretion of the Contract Administrator.

Prices are for all work contained in the contract documents, specifications, and any issued addenda Any items not specifically listed in the price schedules, but shown on drawings and/or specifications and are required to complete the full scope of work described in bid documents, will be considered to be included in the prices below.

A Contingency Allowance, to be spent as authorized by the City of Toronto, will be included in the contract price. The final value of the contingency has not been established;

1. The Contingency Allowance shall be used to compensate the General Contractor for work authorized under a change order as required due to unforeseen conditions and client requested changes. The Contingency Allowance shall be included in the Base Bid price at the time of award.

2. The General Contractor shall not include any mark-up for overhead and profit for this allowance in the Total Base Bid price The General Contractor's overhead and profit, in connection with the Contingency Allowance, shall form part of the claim against the Contingency Allowance

3. All claims by the General Contractor against the allowance shall be carefully and clearly documented and shall require the approval of the Consultant and the City of Toronto by way of Change Order prior to submission to the City for acceptance.

6 of 11

Section 3 – Tender Submission Package Pricing Form - Base Price Revised December 8, 2016

Tender Call No. 304-2016

Total Base Bid

ITEM DESCRIPTION

LINE ITEM PRICE

(excluding HST)

SECTION TOTAL PRICE

(excluding HST)

SECTION A.

MOBILIZATION, DEMOLITION & REMOVALS, AND ENVIRONMENTAL REMEDIATION

- Mobilization, Construction Start-up & Staging, inclusive of site hoarding, signage, tree protection, erection and maintenance of erosion and sediment controls, and all costs related to general conditions, bonding, insurance and project management $ ______________

- Preparation of and adherence to a Health and Safety Plan $ ______________

- Stripping of existing pavements and surfacing materials, including disposal or stockpiling as indicated. $ ______________

- Demolition, Removals and Disposal of miscellaneous items including bollards, light poles, etc. $ ______________

- Salvage of miscellaneous items including sign panels, etc. $ ______________

- Environmental Remediation of the "Phase 3" Area, as indicated, including utility investigations, excavation, removal, and disposal of existing soils in Phase 3 Lands. $ ______________

TOTAL SECTION A

$ _______________

SECTION B. SITE SERVICING

- Electrical Works: complete, installed and ESA-approved electrical systems including coordination of new electrical service and installation of all controls, wiring, conduit, luminaires and other equipment as indicated on the drawings and specifications $ ______________

7 of 11

Section 3 – Tender Submission Package Pricing Form – Revised December 8, 2016

Tender Call No. 304-2016

2

- Storm Sewer, Drainage, and Stormwater Management Systems: complete, installed storm sewer, drainage, and stormwater management system as designed including all services, and equipment as indicated on the drawings and specifications $ ______________

- Irrigation System: complete, installed irrigation system as designed including all services and equipment as indicated on the drawings and specifications $ ______________

TOTAL SECTION B

$ _______________

SECTION C. ROUGH AND FINE GRADING WORKS

- Perform all Rough Grading, including backfill and compaction of Phase 3 Land environmental work. $ ______________

- Supply and Install Growing Medium for Landscaped Islands $ ______________

TOTAL SECTION C

$ _______________

SECTION D. CONCRETE WORKS

- Supply & Install new Concrete Footing and Bases for Multi-Functional Timber Uprights $ ______________

- Supply & Install new Concrete Footing and Bases for Site Furnishings $ ______________

- Supply & Install new Concrete Sleepers for Wood Decks $ ______________

- Supply & Install new Concrete Curb-Walls, Steps, Curb-Steps and Curb-Edges $ ______________

- Supply & Install new Concrete Pavements

$ ______________

TOTAL SECTION D

$ _______________

8 of 11

Section 3 – Tender Submission Package Pricing Form – Revised December 8, 2016

Tender Call No. 304-2016

3

SECTION E. SURFACES

- Supply & Install new Wood Decks

$ ______________

- Supply & Install new Granular Surfacing

$ ______________

- Supply & Install new Mulch Surfacing

$ ______________

TOTAL SECTION E

$ _______________

SECTION F. FURNISHINGS

- Supply & install new Custom Island Benches, including benches, metal angle sections and wall treatments $ ______________

- Supply & install new Multi-Functional Timber Uprights, exclusive of electrical equipment and concrete bases, and inclusive of all other hardware and structural metal components $ ______________

- Supply & install new Metal Sliding Gate

$ ______________

- Supply & install new Tree Grates and Tree Guards

$ ______________

- Supply & install new Freestanding Benches

$ ______________

- Supply & install new Skateboard Deterrents

$ ______________

- Supply & install new Exterior Stair Accessibility Features $ ______________

- Supply & install new Sign Posts and Signs

$ ______________

- Supply & install new Metal Handrails

$ ______________

9 of 11

Section 3 – Tender Submission Package Pricing Form – Revised December 8, 2016

Tender Call No. 304-2016

4

- Supply & install new Self-Weathering Steel Planter Edges $ ______________

TOTAL SECTION F

$ _______________

SECTION G.

PLANTING & LANDSCAPING

- Supply & install new Soil Cell planting systems, including growing medium and all services and equipment as indicated on the drawings and specifications $ ______________

- Supply & install new Trees and Large Shrubs

$ ______________

- Supply & install new horticultural plantings

$ ______________

- Supply & install new Boulders

$ ______________

TOTAL SECTION G

$ _______________

TOTAL BASE BID (SECTIONS A to G)

$ _______________

CASH ALLOWANCE: PLAYGROUND AREA CONSTRUCTION

$ 140,000.00

HST

$ _______________

TOTAL LUMP SUM BASE BID

$ _______________

10 of 11

11 of 11