Upload
haxuyen
View
217
Download
1
Embed Size (px)
Citation preview
Michael Pacholok Director
Purchasing and Materials Management Division City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2
Joanne Kehoe Manager Construction Services
December 17, 2015 Via Internet Posting – 23 pages
ADDENDUM NO. 3 TENDER CALL NO. 298-2015
TO CONSTRUCT METHUEN AVENUE GARDENS IN THE BABY POINT GATES
BUSINESS IMPROVEMENT AREA WITHIN THE CITY OF TORONTO.
REVISED CLOSING DATE: DECEMBER 22, 2015 12:00 NOON (LOCAL TIME)
Please refer to the above Request for Tender (RFT) document in your possession and be advised of the information as outlined below: 1. Revised Closing Date:
The closing date has been extended from December 18, 2015 to December 22, 2015. 2. Questions & Answers:
See attached for questions & answers for this project.
3. Revised Pricing Form: See the attached revised Pricing Form pages. This replaces pages 31 to 35 of 193 in the Tender document.
4. Revised Specifications and Drawings: See attached for revised Specifications and drawings.
Should you have any questions regarding this addendum, please contact Brenda Duffley at email: [email protected] or fax (416) 397-7779.
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 8 - Addenda, of the Tender Call document. All other aspects of the Tender remain the same. Yours truly, Joanne Kehoe Manager, Construction Services Purchasing & Materials Management
1 of 23
TENDER CALL NO. 298-2015
ADDENDUM NO. 3
I. QUESTIONS AND ANSWERS:
Q1. Regarding this tender, for Pricing Form Item C.1: SUPPLY AND INSTALL STANDARD CITY OF TORONTO WATER SPIGOT.
Could you please provide more details for the water spigot to be supplied and installed?
· Diameter for connection pipes?
· Does it require a chamber? In that case, which type of chamber? A1. The drinking fountain was removed from this project. See A1. in Addendum 2. The spigot is for the
drinking fountain.
Also, any reference to water service, fountain or spigot should be deleted.
Item C1 is deleted in the revised Price Schedule.
Q2. Please provide DXF or DRG files, or more detailed profile drawing to quote laser cut steel panels.
A2. The City is not providing the CAD information now. It will provided to the successful bidder.
2 of 23
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 298-2015 Contract No. N/A
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 total amount of the bid is the sum of all unit price extensions, including any lump sum and
allowance items. The quantities in this Price Form are estimated and may vary. The Unit Prices and
actual quantities will form the basis of the Contract Price, subject to the City's reserved rights not to
award to any Bidder.
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.
3 of 23
Revised – Addendum 3
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 298-2015 Contract No. N/A
Price shall include the supply of all labour, materials, equipment, products, tools, services, overhead, supervision, profit, incidentals, delivery, assembly, installation, removal of all debris and all other charges, excluding Harmonized Sales Tax. ITEM
No DESCRIPTION UNIT
EST. QNTY.
UNIT PRICE TOTAL
A. LANDSCAPE: GENERAL REQUIREMENTS:
1 MOBILIZATION, GENERAL CONDITIONS, GENERAL REQUIREMENTS, SITE FENCING. L.S. 1 - $
ITEMS UNDER A. SUB TOTAL: $
B. LANDSCAPE: REMOVALS, EXCAVATIONS, AND SITE PREPARATION:
UNIT EST.
QNTY. UNIT PRICE TOTAL
1 REMOVE AND DISPOSE OF EXISTING CONCRETE CURBS AND RAMP
LIN.M. 43.0 $ $
2
REMOVE & DISPOSE OF EXISTING ASPHALT AND CONCRETE PAVING INCLUDING BASE AND SUBGRADE TO PREPARE THE SITE FOR THE PROPOSED MATERIALS AND ELEMENTS.
SQ.M. 175.0
$ $
ITEMS UNDER B. SUB TOTAL: $
C. LANDSCAPE: WATER SERVICES: UNIT EST.
QNTY. UNIT PRICE TOTAL
1 SUPPLY AND INSTALL STANDARD CITY OF TORONTO WATER SPIGOT L.S. 1 -
$
ITEMS UNDER C. SUB TOTAL: $
D. LANDSCAPE: NEW CONSTRUCTION UNIT EST.
QNTY. UNIT PRICE TOTAL
1
SUPPLY & INSTALL NEW 450MM DIA. CONCRETE FOOTINGS WITH EMBEDDED SLEEVE FOR LASER CUT STEEL PANELS (UNITS 1-4)
EACH 3.0 $ $
2
SUPPLY & INSTALL NEW 300MM DIA. CONCRETE FOOTINGS WITH EMBEDDED SLEEVE FOR LASER CUT STEEL PANELS (UNITS 5-10)
EACH 8.0 $ $
3 SUPPLY & INSTALL NEW CONCRETE BARRIER CURBS AND DROP CURBS
LIN.M. 43.0 $ $
4 of 23
Revised – Addendum 3
ITEM No
DESCRIPTION UNIT EST.
QNTY. UNIT PRICE TOTAL
4 SUPPLY & INSTALL NEW CONCRETE PAVING AT SIDEWALK AT DRIVEWAY, ALONG BUILDING, AND AT JANE STREET SIDEWALK
SQ.M. 35.0 $ $
5 SUPPLY & INSTALL NEW 16' HIGH LASER CUT STEEL PANEL - 4 UNIT / 5 POST PANEL WITH BIA NAME SIGNAGE (UNITS 1-4)
EACH 1.0 $ $
6 SUPPLY & INSTALL NEW 12' HIGH LASER CUT STEEL PANEL - 3 UNIT / 4 POST PANELS (UNITS 5-10)
EACH 2.0 $ $
7 SUPPLY & INSTALL NEW SILVA CELLS 2 CELLS DEEP (INCL. EXCAVATION, FILTER FABRIC, ROOT BARRIERS, SOIL AND BACKFILL)
SQ.M. 6.0 $ $
8 SUPPLY & INSTALL 4" DIA. PERFORATED PIPE WITH FILTER FABRIC SOCK AND ASSOCIATED CLEAR STONE.
LIN.M. 50.0 $ $
9 SUPPLY & INSTALL BOLLARDS AT DRIVEWAY EACH 3.0 $ $
10 SUPPLY & INSTALL NEW PRECAST CONCRETE UNIT PAVING ON CONCRETE BASE INCLUDING CONCRETE BASES FOR BENCHES
SQ.M. 80.0 $ $
11 SUPPLY & INSTALL NEW COR-TEN WEATHERING STEEL EDGER ANCHORED INTO CONCRETE SLAB
LIN.M. 33 $ $
12 SUPPLY & INSTALL NEW CRUSHED GRANITE CHIP IN TRENCH DRAINS
SQ.M. 18.0 $ $
13 SUPPLY & INSTALL NEW BACKLESS STEEL AND IPE WOOD BENCHES INCLUDING SKATESTOPS
EACH 6.0 $ $
14 SUPPLY & INSTALL NEW BACKED STEEL AND IPE WOOD BENCHES INCLUDING SKATESTOPS
EACH 3.0 $ $
15 SUPPLY AND INSTALL NEW TREES INCLUDING SOIL AND MULCH
EACH 4.0 $ $
16
SUPPLY & INSTALL NEW PLANT MATERIAL INCLUDING SOIL AND MULCH. (THIS ITEM INCLUDES 2SQ.M OF PERENNIAL PLANTING NOT SHOWN ON DRAWINGS AT THE LOCATION OF THE DRINKING FOUNTAIN WHICH IS PROVISIONAL – SEE DWGS. AND PROVISIONAL ITEMS BELOW)
SQ.M. 52.0 $ $
ITEMS UNDER D. SUB TOTAL: $
5 of 23
Revised – Addendum 3 E. ELECTRICAL WORK UNIT EST.
QNTY. UNIT PRICE TOTAL
1.1 INSTALL OPEN CUT TRENCH FOR THESL CONDUIT
L.M 20 $ $
1.2
SUPPLY AND INSTALL 1X100MM RIGID PVC CONCRETE ENCASED DUCT
L.M 20 $ $
2.1 INSTALL OPEN CUT TRENCH L.M 50 $ $
2.2 SUPPLY AND INSTALL 10 X 25MM, 3 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 8 $ $
2.3 SUPPLY AND INSTALL 10 X 25MM, 4 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 2 $ $
2.4 SUPPLY AND INSTALL 1 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 30 $ $
2.5 SUPPLY AND INSTALL 3 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 5 $ $
2.6 SUPPLY AND INSTALL 10 X 25MM, 5 X 16MM RIGID PVC DIRECT BURIED DUCT (WITH SAND FILLING)
L.M 2 $ $
2.7 SUPPLY AND INSTALL 7 X 25MM, 2 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 6 $ $
2.8 SUPPLY AND INSTALL 7 X 25MM, 3 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 3 $ $
2.9 SUPPLY AND INSTALL 6 X 25MM, 2 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 2 $ $
2.10 SUPPLY AND INSTALL 5 X 25MM, 1 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 5 $ $
2.11 SUPPLY AND INSTALL 1 X 25MM, 2 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 2 $ $
2.12 SUPPLY AND INSTALL 2 X 25MM, 1 X 16MM RIGID PVC DIRECT BURIED DUCT
L.M 5 $ $
3.1
SUPPLY AND INSTALL 2-1/C#6 BLACK AND WHITE C/W 1-1/C#6 GREEN (GROUND) CU RWU90 XLPEI 600V PVCJ CABLE
L.M
35
$
$
3.2 SUPPLY AND INSTALL 2-1/C#12 BLACK AND WHITE C/W 1-1/C#12 GREEN (GROUND) CU RWU90 XLPEI 600V PVCJ CABLE
L.M 60
$ $
3.3 SUPPLY AND INSTALL 2-1/C#12 BLACK AND WHITE CU RWU90 XLPEI 300V PVCJ CABLE GREEN (GROUND)
L.M 75 $ $
6 of 23
Revised – Addendum 3
ITEM No
DESCRIPTION UNIT EST.
QNTY. UNIT PRICE TOTAL
3.4 SUPPLY AND INSTALL 3-1/C#8 BLACK, WHITE AND RED C/W 1-1/C#8 GREEN (GROUND) CU RWU90 XLPEI 600V PVCJ CABLE
L.M 60
$ $
3.5 SUPPLY AND INSTALL 2-1/C#18 BLACK AND WHITE C/W 1-1/C#18 GREEN (GROUND) CU RWU90 XLPEI 600V PVCJ CABLE
L.M 120
$ $
4.1 SUPPLY AND INSTALL OUTDOOR WHITE MOTION SENSING SECURITY LIGHT C/W METAL PROTECTIVE GUARD AND BULBS (2-120W) PAR 38
EA 3
$ $
5.1 SUPPLY AND INSTALL MONOLITH WITH 4’ INSIGHT LED LIGHT RIBBON MEDLEY XI PRODUCT ON PANEL C/W HOUSING AND ARM
EA 1
$ $
6.1
SUPPLY AND INSTALL STRIP LIGHT ON PANEL LIGHT–P–ULTRA BRIGHT C/W TRACK CANOPY AND HOUSING
EA
4
$ $
6.2 SUPPLY AND INSTALLSTRIP LIGHT ON BENCH LIGHT–P–ULTRA BRIGHT C/W TRACK CANOPY AND HOUSING
EA
9
$
$
7.1 SUPPLY AND INSTALL METERED PEDESTAL 200A-2P 120/240V MAIN BREAKER C/W 10-15A-1P BREAKERS, 3-30A-2P GFI BRANCH BREAKERS, TIMER AND CONTACTOR. PEDESTAL MOUNTED ON PRE-CAST CONCRETE BASE
EA 1
$ a $
8.1
SUPPLY AND INSTALL 150W TRANSFORMER FOR LED STRIP LIGHTING ON PANEL POLE OR BENCH
EA
5
$ a
$
8.2 SUPPLY AND INSTALL 96W POWER SUPPLY FOR MONOLITH LIGHT ON PANEL POLE
EA 1 $ $
9.1 SUPPLY AND INSTALL 2” DEEP X 4” WIDE X 4” LONG WEATHERPROOF JUNCTION BOX ON PANEL POLE
EA 8 $ $
9.2 SUPPLY AND INSTALL 2” DEEP X 4” WIDE X 4” LONG WEATHERPROOF JUNCTION BOX ON BENCH
EA 9 $ $
10.1 SUPPLY AND INSTALL 15A, 125V RECEPTACLE 1-POLE 2-WIRE GFI, NEMA CONFIGURATION L5-15R COMPLETE WITH WEATHERPROOF HOUSING AND WEATHER PROOF IN-USE COVER
EA 3
$ $
7 of 23
Revised – Addendum 3
(Please state this Total amount on the Tender Call Cover Page)
ITEM No
DESCRIPTION UNIT EST.
QNTY. UNIT PRICE TOTAL
10.2
SUPPLY AND INSTALL 30A, 250V TWIST LOCK RECEPTACLE 2-POLE-3 WIRE NEMA CONFIGURATION L14-30R COMPLETE WITH WEATHERPROOF HOUSING AND WEATHER PROOF IN-USE COVER
EA 3
$ $
11.1 SUPPLY AND INSTALL 16MM CONDUIT MOUNTED ON PANEL POSTS
LS 1 $ $
11.2 SUPPLY AND INSTALL 25MM CONDUIT MOUNTED ON PANEL POSTS
LS 1 $ $
ITEMS UNDER E. SUB TOTAL:
$
SUBTOTAL (ITEM A - E)
CONTINGENCY (12%)
MATERIALS TESTING ALLOWANCE (3%)
Sub Total (excl. HST)
HST Amount (13%)
Total Amount of Tender Call
8 of 23
SPECIFICATIONS
ITEM NO. 1.1 - INSTALL OPEN CUT TRENCH FOR THESL CONDUIT ITEM NO. 1.2 - SUPPLY AND INSTALL 1 X 100MM RIGID PVC CONCRETE ENCASED DUCT IN OPEN TRENCH The above tender items shall comply with OPSS 603 with the following amendments:
The Contractor shall supply and install rigid PVC conduits (CSA C22.2 No. 211.2) direct buried. The ducts shall also meet the requirements of the ESA Bulletin DSB 07/07 dated June 5, 2007. The sizes, numbers and locations of the conduits are as indicated on the Contract Drawings.
The Contractor shall also supply and install pull rope in the conduit system for the future pulling of cables. The Contractor shall complete temporary restoration of trench where required as per the latest city of Toronto Standards.
Payment at the contract price for the above tender items shall be full compensation for all materials, labour and equipment required to complete the work as specified. Concrete encased trench for THESL power supply cable is to be completed as per the latest THSEL standards by a THESL approved contractor. All work is to be inspected (during and after construction) by THESL. The contractor is responsible for coordinating with THESL. ITEM NO. 2.1 - SUPPLY AND INSTALL OPEN CUT TRENCH ITEM NO. 2.2 - SUPPLY AND INSTALL 10 X 25MM, 3 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.3 - SUPPLY AND INSTALL 10 X 25MM, 4 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.4 - SUPPLY AND INSTALL 1 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.5 - SUPPLY AND INSTALL 3 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.6 - SUPPLY AND INSTALL 10 X 25MM, 5 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.7 - SUPPLY AND INSTALL 7 X 25MM, 2 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH
9 of 23
ITEM NO. 2.8- SUPPLY AND INSTALL 7 X 25MM, 3 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.9 - SUPPLY AND INSTALL 6 X 25MM, 2 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.10 - SUPPLY AND INSTALL 5 X 25MM, 1 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.11 - SUPPLY AND INSTALL 1 X 25MM, 2 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH ITEM NO. 2.12 - SUPPLY AND INSTALL 2 X 25MM, 1 X 16MM RIGID PVC DIRECT BURIED DUCT IN OPEN TRENCH
The above tender items shall comply with OPSS 603 with the following amendments:
The Contractor shall supply and install rigid PVC conduits (CSA C22.2 No. 211.2) direct buried. The ducts shall also meet the requirements of the ESA Bulletin DSB 07/07 dated June 5, 2007. The sizes, numbers and locations of the conduits are as indicated on the Contract Drawings.
The Contractor shall also supply and install pull rope in the conduit system for the future pulling of cables. The Contractor shall complete temporary restoration of trench where required as per the latest city of Toronto Standards. Payment at the contract price for the above tender items shall be full compensation for all materials, labour and equipment required to complete the work as specified. ITEM NO. 3.1 – SUPPLY AND INSTALL 2-1/C#6 BLACK AND WHITE C/W 1-1/C#6 GREEN
(GROUND) CU RWU90 XLPEI 600V PVCJ CABLE ITEM NO. 3.2– SUPPLY AND INSTALL 2-1/C#12 BLACK AND WHITE C/W 1-1/C#12 GREEN
(GROUND) CU RWU90 XLPEI 600V PVCJ CABLE ITEM NO. 3.3 – SUPPLY AND INSTALL 2-1/C#12 BLACK AND WHITE CU RWU90 XLPEI
300V PVCJ CABLE ITEM NO. 3.4– SUPPLY AND INSTALL 3-1/C#8 BLACK, WHITE AND RED C/W 1-1/C#8
GREEN (GROUND) CU RWU90 XLPEI 600V PVCJ CABLE
10 of 23
ITEM NO. 3.5– SUPPLY AND INSTALL 2-1/C#18 BLACK AND WHITE C/W 1-1/C#18 GREEN (GROUND) CU RWU90 XLPEI 600V PVCJ CABLE
The above tender items shall comply with OPSS 604 and 609 with the following amendments:
The Contractor shall supply and install all the necessary low voltage cables (RWU-90) in conduits to complete the wiring of the proposed illumination system, as indicated on the Contract Drawings.
The sizes of the low voltage cables shall be in accordance with the Contract Drawings. The 3-wire system shall have red, black and white insulated cables. The 2-wire system shall have black and white insulated cables.
The cables shall run through conduits from point to point and connect to existing supply services as shown on the Contract Drawings.
The Contractor shall supply and install 19mm x 3m copper clad ground rods where indicated on the Contract Drawings. Payment at the contract price for the above tender item shall be full compensation for all materials, labour and equipment required to complete the work as specified. All grounding, terminations and inspections are to be included. All cable to be installed as per the latest ESA standards.
ITEM NO. 4.1 – SUPPLY AND INSTALL OUTDOOR WHITE MOTION SENSING SECURITY LIGHT C/W METAL PROTECTIVE GUARD AND BULBS (2-120W) PAR 38
CATALOGUE NUMBER DF-5416-WH-A MANUFACTURER DEFIANT
The above tender item shall be supplied and installed by the contractor as per the contract drawings. Metal protective guard to be custom made by the contractor. Payment at the contract price for the above tender item shall be full compensation for all materials, labour and equipment required to complete the work as specified.
11 of 23
ITEM NO. 5.1 – SUPPLY AND INSTALL MONOLITH WITH 4’ INSIGHT LED LIGHT RIBBON MEDLEY XI PRODUCT ON PANEL C/W HOUSING AND ARM
CATALOGUE NUMBER MXI-17-40K- 7’-U-CES—48” MANUFACTURER INSIGHT LIGHTING
CONTACT PAUL HUDSON, TEL. 416 – 521 – 5552
The above tender item shall be supplied and installed by the contractor as per the contract drawings. Refer to Forest and Field Landscape Architecture drawings for housing and arm detail. Payment at the contract price for the above tender item shall be full compensation for all materials, labour and equipment required to complete the work as specified. ITEM NO. 6.1 – SUPPLY AND INSTALL STRIP LIGHT ON PANEL LIGHT–P–ULTRA BRIGHT C/W TRACK CANOPY AND HOUSING
ITEM NO. 6.2 – SUPPLY AND INSTALL STRIP LIGHT ON BENCH LIGHT–P–ULTRA BRIGHT C/W TRACK CANOPY AND HOUSING
CATALOGUE NUMBER FLEX-05-P-ULTRA-OV-FIN-LC MANUFACTURER SGI
The above tender item shall be supplied and installed by the contractor as per the contract drawings. Refer to Forest and Field Landscape Architecture drawings for housing and arm detail. Payment at the contract price for the above tender item shall be full compensation for all materials, labour and equipment required to complete the work as specified.
12 of 23
ITEM NO. 7.1 - SUPPLY AND INSTALL METERED PEDESTAL 200A-2P 120/240V MAIN BREAKER C/W 10-15A-1P BREAKERS, 3-30A-2P GFI BRANCH BREAKERS, TIMER AND CONTACTOR. PEDESTAL MOUNTED ON PRE-CAST CONCRETE BASE
ITEM PEDESTAL CATALOGUE NUMBER TSLM60-CUSTOM OR APPROVED EQUIVALENT MANUFACTURER PEDESTAL SOLUTIONS
ITEM PEDESTAL BASE CATALOGUE NUMBER UP2022 OR APPROVED EQUIVALENT MANUFACTURER UTILICON
The above tender item shall comply with all ESA regulations. The Contractor shall install the metered street light pedestal where indicated on the Contract Drawings. Installation shall include precast concrete foundation and grounding as per the drawings.
Payment at the contract price for the above tender item shall be full compensation for all materials, labour and equipment required to complete the work as specified. All grounding, terminations and inspections are to be included.
ITEM NO.8.1 - SUPPLY AND INSTALL 150W TRANSFORMER FOR LED STRIP LIGHTING ON PANEL POLE OR BENCH.
ITEM NO.8.2 - SUPPLY AND INSTALL 96W POWER SUPPLY FOR MONOLITH LIGHT ON PANEL POLE.
ITEM 150W TRANSFORMER CATALOGUE NUMBER POWER-36-24VDC-150D MANUFACTURER SGI
ITEM 96W POWER SUPPLY CATALOGUE NUMBER RPS-96-PWR MANUFACTURER INSIGHT LIGHTING
13 of 23
The above tender item shall comply with all ESA regulations. Payment at the contract price for the above tender item shall be full compensation for all materials, labour and equipment required to complete the work as specified. All grounding, terminations and inspections are to be included.
ITEM NO. 9.1 - SUPPLY AND INSTALL 2” DEEP X 4” WIDE X 4” LONG WEATHERPROOF JUNCTION BOX ON PANEL POLE
ITEM NO. 9.2- SUPPLY AND INSTALL 2” DEEP X 4” WIDE X 4” LONG WEATHERPROOF JUNCTION BOX ON BENCH
The above tender item shall comply with ESA regulations. The contractor shall install junction boxes where indicated on and as per the contract drawings. Payment at the contract price for the above tender item shall be full compensation for all materials, labour and equipment required to complete the work as specified.
ITEM NO. 10.1 - SUPPLY AND INSTALL 15A, 125V RECEPTACLE 1-POLE 2-WIRE GFI, NEMA CONFIGURATION L5-15R COMPLETE WITH WEATHERPROOF HOUSING AND WEATHER PROOF IN-USE COVER
ITEM NO. 10.2 - SUPPLY AND INSTALL 30A, 250V TWIST LOCK RECEPTACLE 2-POLE-3 WIRE NEMA CONFIGURATION L14-30R COMPLETE WITH WEATHERPROOF HOUSING AND WEATHER PROOF IN-USE COVER
ITEM 15A RECEPTACLE CATALOGUE NUMBER WT599-W OR APPROVED EQUIVALENT MANUFACTURER LEVITON
ITEM 30A RECEPTACLE CATALOGUE NUMBER 1PKB1 OR APPROVED EQUIVALENT MANUFACTURER LEVITON
The Contractor shall supply and install the receptacles, housings, all weatherproofing seals, and waterproof in-use covers. All accessories for mounting all aspects of the system shall be provided. Receptacles are to be 15A, suitable for 120V, and 30A suitable 120/240V operations and adhere to all CSA, ESA standards, and electrical code requirements. The cover shall be constructed of impact resistant thermoplastic and pre-installed with gasket for easy installation. Thermoplastic inserts shall be provided to prevent insects and debris
14 of 23
accumulation. All associated mounting screws shall also be provided, and the cover shall be able to fully close with cords plugged into the receptacle. The receptacles shall be labelled with adhesive lamacoid MAX LOAD label (label size 2” x ¾”) The labels shall be installed in clear view from the cover. The covers shall be in full compliance with UL, CSA, and NEC. Rain-tight while-in-use covers shall be NEMA 3R rated for use with unattended plugs engaged in ‘live’ receptacles in wet or damp locations. The receptacle shall be a Pass & Seymour or approved equal with single-gang type enclosure. Payment at the contract price for the above tender item shall be full compensation for all labour, materials, and equipment required to complete the installation as specified and shall include all cable connections, including ground. ITEM NO. 11.1 - SUPPLY AND INSTALL 16MM CONDUIT MOUNTED ON PANEL POSTS
ITEM NO. 11.2 - SUPPLY AND INSTALL 25MM CONDUIT MOUNTED ON PANEL POSTS
The above tender item shall comply with all ESA regulations.
The Contractor shall supply and install rigid PVC ducts surface mounted on panel.
The contractor shall also provide all accessories, including straps for completing the installation on all locations indicated on the Contract Drawing.
The contractor shall install pull rope in all conduit mounted on panel.
Payment at the contract price for the above tender items shall be full compensation for all materials, labour and equipment required to complete the work as specified.
ELECTRICAL WORK
Standards All work in this contract shall be carried out in accordance with the Standards and Specification as included in these specifications. The Contractor shall also refer to applicable Ontario Provincial Standard Drawings and Specification for any work not covered by these specifications. The Contractor shall obtain the latest copies of all applicable standards for his work on this contract. Codes
15 of 23
Provide all products and services in accordance with the following codes:
OESC - Ontario Electrical Safety Code CSA - Canadian Standards Association EEMAC - Electrical and Electronic Manufacturers Association of Canada ANSI - American National Standards Institute THESL – Toronto Hydro Electric Systems Limited ESA – Electrical Safety Authority
Where regulatory codes, standards and regulations are at variance with the Drawings and Specification, the more stringent requirement will apply.
Permits and Inspection
Provide all permits, licences and certificates required by local Authorities. Arrange for inspection of the work by the Authorities having jurisdiction. Upon completion of the work, furnish the Engineer with final, unconditional certificates of approval by the local Inspection Authorities. The Contractor shall pay all fees for permits and inspection under the appropriate items in the contract.
Co-ordination
The Contractor shall co-ordinate work with Toronto Hydro (Connections) for power supply disconnections and reconnections if required
Shop Drawings
Shop drawings shall indicate materials, dimensions, sizes, colours, finishes, assembly and installation details for each furnishing/fixture and shall bear the stamp of a professional engineer. All hardware fasteners are to be made of stainless steel. The Contractor shall submit shop drawings c/w bill of materials for the following equipment:
15A and 30A Receptacles, weatherproof enlosure C/W in-use cover Flood Lights C/W motion detector Led Flex Light-Ultra Bright Pedestal C/W pre-cast base Junction Boxes Insight Lighting Medley Xi
16 of 23
The Contractor shall begin ordering materials within 15 days of contract award and provide confirmation of order to the Engineer. The Contractor shall also indicate expected delivery date of materials. The Successful Bidder shall submit shop drawings and product data to the City of Toronto, BIA Office, Capital Projects Coordinator, and await approval, prior to the final order being placed. Detailed drawings of proposed pole placements will be provided to the Successful Bidder. The following drawings and specifications have been attached to this RFQ for information purposes only:
Civil Layout E1.00 Electrical Layout E2.00 Detail Sheet Number E2.01 Detail Sheet Number E2.02
Quality Control
Pre-installation Testing and Inspection
The Contractor shall inspect all materials prior to installation to ensure that they meet the requirements of the contract.
Proof of Performance Testing and Inspection
The Contractor shall inspect all materials to ensure that they meet the contract requirements. The Contractor shall inspect all equipment to ensure that they are according to the contract specifications and other applicable specifications and standards.
The Contractor shall notify the Engineer that the testing will be taking place. In addition, the Contractor shall provide the Engineer with a form signed by the Contractor indicating that the tests were carried out successfully providing any measured values.
In particular, and without limiting the foregoing, the Contractor shall ensure that:
Ducts are:
Stamped with the appropriate CSA Standard number and strength and type;
17 of 23
Properly bedded, have sufficient depth of cover and are coupled or connected to electrical chambers, poles or other devices;
Tested to ensure that they are free of debris, water, breakage or distortion.
Cables are:
Installed, tested and spliced as indicated in the contract; Energized and in working order.
Grounding is:
Tested to ensure that it meets the requirements of the contract; Properly installed with all electrical connections and splices; Tested for all system and components grounding; Tested for resistance to ground between the equipment enclosures and the grounding grid; Checked for the requirements of additional ground rods, ground plates and ground wires; Confirmed to have readings not exceeding 25 ohms; Measured under frost penetration conditions not exceeding 150 mm.
Removals
The unit price bids for each of the items in this tender shall include the removal and disposal of all debris generated by the work carried out by the Contractor. The work shall comply with all applicable bylaws, policies, procedures and statutes.
INSTALLATION
a) Contractor is responsible for obtaining Road Occupancy permit, if necessary, as well as ensuring that all other necessary permits are in place;
b) Prior to installation, contractor shall coordinate a site walk with the City of Toronto Capital Projects Coordinator and the BIA coordinator to determine and mark final placement and attachments;
c) All items shall be installed as per approved shop drawings and specifications in accordance
with all applicable regulatory codes, including, but not limited to City of Toronto standards and the Occupational Health and Safety Act and Regulations.
d) Surrounding area to be protected during installation of items. Ensure that new surrounding
surfaces are protected from damage and marking.
e) All areas surrounding new proposed items to be secured prohibiting public access during construction.
18 of 23
f) All construction areas including staging for construction of items are to be protected with
continuous plywood sheathing.
g) While under construction, site area to be secured no greater than half the width of the City Boulevard with fencing.
h) The successful bidder shall protect finished surfaces and parts, against possible damage
resulting from conduct of work by subcontractors and trades. Finished surfaces, including factory-finished and job-finished items shall be clean and not marred upon delivery to City of Toronto, Baby Point Gates. The successful bidder shall without extra compensation, refinish such spaces where such surfaces prove to have been inadequately protected and are damaged.
i) The successful bidder shall restore all property temporarily removed damaged, or destroyed
during the supply, delivery, setting-in-place, installation, and removal of any debris of street furniture to the satisfaction of the City of Toronto and at no cost to the City of Toronto. For greater certainty, the successful bidder shall, before final payment, remove all surplus materials and any debris of every nature resulting from its operation and put the site(s) in a neat, orderly condition; thoroughly clean. If the successful bidder fails to clean up at the completion of the supply, delivery, setting-in-place, installation, and removal of any debris of street furniture, the City may do so and charge the successful bidder for the costs thereof, or deduct said costs from any monies still owing to the successful bidder.
j) The successful bidder shall furnish all labour, materials, services, supplies, tools, equipment,
apparatus, transportation, facilities and incidentals required and perform all operations necessary to accomplish the complete supply, delivery, setting-in-place, installation, and removal of any debris of street furniture.
19 of 23
Sheet Number:
Sheet Title:
Scale
244 Concord Avenue Toronto ON M6H 2P5
t 647 933 1152
f 647 693 9258
Methuen Parkette
Baby Point Gates
Business Improvement
District, Toronto
Project Location:
Economic Development + Culture
BIA Office
1:75
Civil Layout
E1.00
134A 14026
LEGEND
PROPOSED CONCRETE ENCASED DUCT
PROPOSED DIRECT BURIED TRENCH
EXISTING HYDRO POLE
SUPPLY AND INSTALL METERED PEDESTAL 200A-2P
120/240V MAIN BREAKER C/W 10-15A-1P BREAKERS,
3-30A-2P GFI BRANCH BREAKERS, TIMER AND
CONTACTOR. MANUFACTURED BY PEDESTAL
SOLUTIONS CAT#TSLM60-CUSTOM OR APPROVED
EQUIVALENT, MOUNTED ON PRE-CASE CONCRETE
BASE UTILICON#UP2022 OR APPROVED EQUIVALENT.
(SEE DETAIL D,E,F, AND G)
OUTDOOR WHITE MOTION-SENSING SECURITY-LIGHT
C/W METAL PROTECT GUARD AND BULBS TO BE
2-120W PAR 38. (FLOOD LIGHT MOUNTED ON THE
BACK OF THE COLUMN POST POST AS PER THE
LAYOUT DRAWING.)
2-POLE 3-WIRE GROUNDING 15A, 125V LOCKING GFI,
NEMA CONFIGURATION L5-15R, AND 3-POLE-4 WIRE
GROUNDING 30A, 125/205V LOCKING GFI, NEMA
CONFIGURATION L14-30R.
GFI TO BE C/W WATERPROOF ENCLOSURE C/W
WHILE-IN-USE COVER.
PROPOSED 2" DEEP TWO GANG WEATHERPROOF
JUNCTION BOX WITH (4)-1/2" HOLES TO BE USED FOR
BENCH AND PANEL STRIP LIGHTING, AND (2)-1"
BOTTOM HOLES + (1)-1/2" TOP HOLE TO BE USED FOR
FLOOD LIGHTING C/W WEATHERPROOF COVER.
(NUMBER OF DUCTS ENTERING AND LEAVING AT
GROUND LEVEL AS INDICATED, AND DUCT NUMBER ON
THE PANEL COLUMN POST SHOWN ON DETAIL 1)
1 MONOLITH WITH 4' INSIGHT LED LIGHT RIBBON
MEDLEY Xi PRODUCT (MXi- 17-40k-7°-U-CES-48", AND
DRIVEN BY 96W POWER SUPPLY AT THE FIRST PANEL
C/W HOUSING AND ARM)
STRIP LIGHT ON TOP OF THE PANEL, AND
BENCH LIGHT - LED FLEX LIGHT (PART NUMBER
- FLEX-05-P-ULTRA-ov-fin-lc), AND DRIVEN BY
MAG LV DIMMABLE DRIVERS C/W HOUSING
20 of 23
Electrical Layout
Sheet Number:
Sheet Title:
Scale
244 Concord Avenue Toronto ON M6H 2P5
t 647 933 1152
f 647 693 9258
Methuen Parkette
Baby Point Gates
Business Improvement
District, Toronto
Project Location:
Economic Development + Culture
BIA Office
1:75
E2.00
134A 14026
LEGEND
EXISTING HYDRO POLE
SUPPLY AND INSTALL METERED PEDESTAL 200A-2P
120/240V MAIN BREAKER C/W 10-15A-1P BREAKERS,
3-30A-2P GFI BRANCH BREAKERS, TIMER AND
CONTACTOR. MANUFACTURED BY PEDESTAL
SOLUTIONS CAT#TSLM60-CUSTOM OR APPROVED
EQUIVALENT, MOUNTED ON PRE-CASE CONCRETE
BASE UTILICON#UP2022 OR APPROVED EQUIVALENT.
(SEE DETAIL D,E,F, AND G)
OUTDOOR WHITE MOTION-SENSING SECURITY-LIGHT
C/W METAL PROTECT GUARD AND BULBS TO BE
2-120W PAR 38. (FLOOD LIGHT MOUNTED ON THE
BACK OF THE COLUMN POST POST AS PER THE
LAYOUT DRAWING.)
2-POLE 3-WIRE GROUNDING 15A, 125V LOCKING GFI,
NEMA CONFIGURATION L5-15R, AND 3-POLE-4 WIRE
GROUNDING 30A, 125/205V LOCKING GFI, NEMA
CONFIGURATION L14-30R.
GFI TO BE C/W WATERPROOF ENCLOSURE C/W
WHILE-IN-USE COVER.
PROPOSED 2" DEEP TWO GANG WEATHERPROOF
JUNCTION BOX WITH (4)-1/2" HOLES TO BE USED FOR
BENCH AND PANEL STRIP LIGHTING, AND (2)-1" BOTTOM
HOLES + (1)-1/2" TOP HOLE TO BE USED FOR FLOOD
LIGHTING C/W WEATHERPROOF COVER. (NUMBER OF
DUCTS ENTERING AND LEAVING AT GROUND LEVEL AS
INDICATED, AND DUCT NUMBER ON THE PANEL COLUMN
POST SHOWN ON DETAIL 1)
1 MONOLITH WITH 4' INSIGHT LED LIGHT RIBBON
MEDLEY Xi PRODUCT (MXi- 17-40k-7°-U-CES-48", AND
DRIVEN BY 96W POWER SUPPLY AT THE FIRST PANEL
C/W HOUSING AND ARM)
STRIP LIGHT ON TOP OF THE PANEL, AND
BENCH LIGHT - LED FLEX LIGHT (PART NUMBER
- FLEX-05-P-ULTRA-ov-fin-lc), AND DRIVEN BY
MAG LV DIMMABLE DRIVERS C/W HOUSING
21 of 23
Sheet Number:
Sheet Title:
Scale
244 Concord Avenue Toronto ON M6H 2P5
t 647 933 1152
f 647 693 9258
Methuen Parkette
Baby Point Gates
Business Improvement
District, Toronto
Project Location:
Economic Development + Culture
BIA Office
N.T.S.
E2.01
134A 14026
Details -1
GENERAL NOTES:
1. ALL WORKS SHALL CONFORM TO THE REQUIREMENTS,
STANDARDS, AND DIRECTION OF THE CITY OF TORONTO.
2. THE CONTRACTOR SHALL CONTACT THE LANDSCAPE
ARCHITECT TO OBTAIN THE CITY OF TORONTO'S
APPROVAL ON ANY PROPOSED SUBSTITUTIONS IN
MATERIALS, OR DEVIANCES FROM CONSTRUCTION
METHODS, AS DESCRIBED ON THE DRAWINGS AND
SPECIFICATIONS. THE CITY OF TORONTO MAY NOT
APPROVE SUBSTITUTIONS OR ALTERNATE METHODS. THE
CONTRACTOR IS RESPONSIBLE FOR ENSURING
COMPLIANCE WITH DRAWINGS AND SPECIFICATIONS
WHICH MAY INCLUDE REMOVAL OF ANY WORK NOT
APPROVED BY THE CITY OF TORONTO.
3. THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE
LANDSCAPE ARCHITECT OF ANY DISCREPANCIES
BETWEEN THE DRAWINGS AND THE CONDITIONS
ENCOUNTERED ON-SITE.
4. THE CONTRACTOR SHALL STAKE OR SPRAY PAINT
ALIGNMENT OR LOCATION OF ALL NEW FACILITIES PRIOR
TO CARRYING OUT ANY EXCAVATIONS OR INSTALLATIONS,
FOR VERIFICATION BY THE LANDSCAPE ARCHITECT.
5. THE CONTRACTOR SHALL PROTECT FROM DAMAGE ALL
TREES OR PROPERTY ON CITY OF TORONTO PROPERTY
OR ON ADJACENT PROPERTIES, NOT INDICATED TO BE
REMOVED. ANY DAMAGE SHALL BE IMMEDIATELY
REPAIRED TO THE CITY OF TORONTO'S SATISFACTION.
6. ANY ENVIRONMENTAL PROTECTION AND/OR MITIGATION
WORKS INCLUDING EROSION AND SEDIMENT CONTROL
WORKS THAT MAY BE REQUIRED IN ADDITION TO THOSE
SET OUT IN THESE DOCUMENTS SHALL BE INSTALLED AS
SOON AS POSSIBLE UPON APPROVAL OF THE CITY OF
TORONTO.
7. THE CONTRACTOR SHALL KEEP ALL CONSTRUCTION
RELATED ACCESS AND ACTIVITIES WITHIN THE
DESIGNATED "LIMIT OF WORK AREA."
8. ALL PORTIONS OF THE WORK MUST BE AVAILABLE AT ALL
TIMES WHILE WORK IS BEING PERFORMED, FOR
INSPECTION BY DESIGNATED REPRESENTATIVES OF THE
CITY OF TORONTO AND/OR THE LANDSCAPE ARCHITECT.
9. ALL QUESTIONS, ALTERNATE PROPOSALS, REQUESTS FOR
INFORMATION OR INSPECTION, ETC. SHALL BE DIRECTED
TO THE LANDSCAPE ARCHITECT.
10. EMERGENCY CONTACT INFORMATION FOR THE CITY OF
TORONTO WILL BE PROVIDED TO THE CONTRACTOR PRIOR
TO CONSTRUCTION START-UP.
22 of 23
Details -2
Sheet Number:
Sheet Title:
Scale
244 Concord Avenue Toronto ON M6H 2P5
t 647 933 1152
f 647 693 9258
Methuen Parkette
Baby Point Gates
Business Improvement
District, Toronto
Project Location:
Economic Development + Culture
BIA Office
N.T.S.
E2.02
134A 14026
GENERAL NOTES:
1. ALL WORKS SHALL CONFORM TO THE REQUIREMENTS,
STANDARDS, AND DIRECTION OF THE CITY OF TORONTO.
2. THE CONTRACTOR SHALL CONTACT THE LANDSCAPE
ARCHITECT TO OBTAIN THE CITY OF TORONTO'S
APPROVAL ON ANY PROPOSED SUBSTITUTIONS IN
MATERIALS, OR DEVIANCES FROM CONSTRUCTION
METHODS, AS DESCRIBED ON THE DRAWINGS AND
SPECIFICATIONS. THE CITY OF TORONTO MAY NOT
APPROVE SUBSTITUTIONS OR ALTERNATE METHODS. THE
CONTRACTOR IS RESPONSIBLE FOR ENSURING
COMPLIANCE WITH DRAWINGS AND SPECIFICATIONS
WHICH MAY INCLUDE REMOVAL OF ANY WORK NOT
APPROVED BY THE CITY OF TORONTO.
3. THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE
LANDSCAPE ARCHITECT OF ANY DISCREPANCIES
BETWEEN THE DRAWINGS AND THE CONDITIONS
ENCOUNTERED ON-SITE.
4. THE CONTRACTOR SHALL STAKE OR SPRAY PAINT
ALIGNMENT OR LOCATION OF ALL NEW FACILITIES PRIOR
TO CARRYING OUT ANY EXCAVATIONS OR INSTALLATIONS,
FOR VERIFICATION BY THE LANDSCAPE ARCHITECT.
5. THE CONTRACTOR SHALL PROTECT FROM DAMAGE ALL
TREES OR PROPERTY ON CITY OF TORONTO PROPERTY
OR ON ADJACENT PROPERTIES, NOT INDICATED TO BE
REMOVED. ANY DAMAGE SHALL BE IMMEDIATELY
REPAIRED TO THE CITY OF TORONTO'S SATISFACTION.
6. ANY ENVIRONMENTAL PROTECTION AND/OR MITIGATION
WORKS INCLUDING EROSION AND SEDIMENT CONTROL
WORKS THAT MAY BE REQUIRED IN ADDITION TO THOSE
SET OUT IN THESE DOCUMENTS SHALL BE INSTALLED AS
SOON AS POSSIBLE UPON APPROVAL OF THE CITY OF
TORONTO.
7. THE CONTRACTOR SHALL KEEP ALL CONSTRUCTION
RELATED ACCESS AND ACTIVITIES WITHIN THE
DESIGNATED "LIMIT OF WORK AREA."
8. ALL PORTIONS OF THE WORK MUST BE AVAILABLE AT ALL
TIMES WHILE WORK IS BEING PERFORMED, FOR
INSPECTION BY DESIGNATED REPRESENTATIVES OF THE
CITY OF TORONTO AND/OR THE LANDSCAPE ARCHITECT.
9. ALL QUESTIONS, ALTERNATE PROPOSALS, REQUESTS FOR
INFORMATION OR INSPECTION, ETC. SHALL BE DIRECTED
TO THE LANDSCAPE ARCHITECT.
10. EMERGENCY CONTACT INFORMATION FOR THE CITY OF
TORONTO WILL BE PROVIDED TO THE CONTRACTOR PRIOR
TO CONSTRUCTION START-UP.
23 of 23