10
AJIJIIORONIO Purchasing and Materials Management City Hall Joanne Kehoe, Manager Michael Pacholok, Director 1 gth Floor, West Tower Professional Services 100 Queen Street West Toronto, Ontario M5H 2N2 September 29, 2017 Posted on website: (2 pages + 3 attachments) Addendum No. 2 Tender Call No. 227-2017 Contract No. 17ECS-MI-O2DC Re: Tubs and Gee Gage Park Rugby Field Relocation and Parking Lot Development REVISED CLOSING DATE: 12:00 NOON (LOCAL TIME), OCTOBER 5, 2017 Please refer to the above Tender Call document in your possession and be advised of the following: I. EXTENSION TO CLOSING DEADLINE The closing date has been extended from October 3rd 2017 to 12:00:00 Noon Local Time on October 5, 2017. II. DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENT REVISIONS A2-1. Adjustments have been made to the Schedule of Prices to Cover Alterations, Extras or Deductions. Pricing Form and Schedule of Prices of Section 3 Tender Submission package to be replaced in its entirety with attached. A2-2. Subdrainage has been added under swales around the rugby field. See red bubbled changes on drawing Cl attached in this addendum. A2-3. A note has been adjusted referencing the number of bleachers to be relocated or disposed of. See bubbled area on drawing G4 attached in this addendum. ATTACHMENTS 1. Pricing Form and Schedule of Prices in Section 3 Tender Submission package (6 pages) 2. Drawing Cl (1 page) 3. Drawing G4 (1 page)

AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Embed Size (px)

Citation preview

Page 1: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

AJIJIIORONIOPurchasing and Materials Management City Hall Joanne Kehoe, ManagerMichael Pacholok, Director 1 gth Floor, West Tower Professional Services

100 Queen Street WestToronto, Ontario M5H 2N2

September 29, 2017Posted on website:

(2 pages + 3 attachments)

Addendum No. 2Tender Call No. 227-2017

Contract No. 17ECS-MI-O2DCRe: Tubs and Gee Gage Park Rugby Field Relocation and Parking Lot Development

REVISED CLOSING DATE: 12:00 NOON (LOCAL TIME), OCTOBER 5, 2017

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

I. EXTENSION TO CLOSING DEADLINE

The closing date has been extended from October 3rd 2017 to 12:00:00 Noon Local Time onOctober 5, 2017.

II. DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENT REVISIONS

A2-1. Adjustments have been made to the Schedule of Prices to Cover Alterations, Extras orDeductions. Pricing Form and Schedule of Prices of Section 3 Tender Submissionpackage to be replaced in its entirety with attached.

A2-2. Subdrainage has been added under swales around the rugby field. See red bubbledchanges on drawing Cl attached in this addendum.

A2-3. A note has been adjusted referencing the number of bleachers to be relocated or disposedof. See bubbled area on drawing G4 attached in this addendum.

ATTACHMENTS

1. Pricing Form and Schedule of Prices in Section 3 Tender Submission package (6 pages)2. Drawing Cl (1 page)3. Drawing G4 (1 page)

Page 2: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Should you have any questions regarding this addendum contact Christine Sze-Louie, SeniorCorporate Buyer by email at [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 CallCover Page as per the Process Terms and Conditions, Section 1, Item 9 - Addenda, of the TenderCall document. All other aspects of the Tender remain the same.

Yours truly,

L: -/-f Joanne Kehoe,

ManagerProfessional ServicesPurchasing and Materials Management

Page 3: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 227-2017 Contract No. 17ECS-MI-02DC

ECS Vertical – June 1, 2017 Page 3-12 Addendum No. 2 (September 29, 2017)

The Bidder hereby tenders and offers to enter into a Contract, being the Contract herein before referred to, to supply and do all or any part of the work which is set out or called for in this Bid, on the terms and conditions and under the provisions set out or called for in this Bid, at and for the following sum, which includes excise tax, patent fees, duty, exchange, all other charges, and Harmonized Sales Tax (HST), as specified and shown on the drawings for: All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible.

Tubs and Gee Gage Rugby Field Relocation and Parking Lot Development

1 Basic Lump Sum Bid Price, excluding HST $

2 Total Allowance for Schedule of Prices, excluding HST, (Carry forward from Section 3, page 3-16) $

3 Lump Sum Bid Price, excluding HST, ( addition of rows 1 and 2)

$

4 Total HST (13%) Added to amount on row 3 $

5 TOTAL LUMP SUM BID PRICE : ( for evaluation purposes ) ( addition of rows 3 and 4 )

$

The Total Lump Sum Tender Price of: *

Canadian Dollars

* Insert the Total Lump Sum Bid Price amount above in words in the space provided and

carry forward this amount to the Tender Call Front Cover. Contract Time means the duration in weeks from the date of the written order to commence Work from the Executive Director of Engineering & Construction Services, or his/her designate, until completion of the Work. The City has estimated the reasonable range of Contract Time at between a minimum of 34 weeks and a maximum of 40 weeks. The Bidder agrees that the Contract Time shall be 37 weeks in absence of its own estimate set out below, or where the Bidder proposes a Contract

Page 4: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 227-2017 Contract No. 17ECS-MI-02DC

ECS Vertical – June 1, 2017 Page 3-13 Addendum No. 2 (September 29, 2017)

Time outside of the range provided by the City. Subject to the above, the Bidder proposes the following Contract Time (in number of weeks) for the purposes of their Bid: __________** ( ** The Bidder to fill in number of weeks ). It is the Bidder's responsibility to reasonably assess the time required to complete the Work. I f the Bidder's assessment indicates that the reasonable range set out above is insufficient to complete the Work, the Bidder must notify the City no later than the deadline for questions set out in Section 2 – Information for Bidders. In the absence of an addendum issued by the City altering the reasonable Contract Time range set out above, the Bidder shall be deemed to accept the Contract Time range set by the City. The Bidder agrees that, if the Bid is accepted, the Bidder will supply whatever additional articles and materials and execute whatever alterations, extras or deductions may be required to the works, and that payment for such alteration, extras or deductions shall be in accordance with the requirements of the General Conditions of this Contract.

Page 5: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Section 3 – Tender Submission Package Schedule of Prices

Tender Call No. 227-2017 Contract No. 17ECS-MI-02DC

ECS Vertical – June 1, 2017 Page 3-14 Addendum No. 2 (September 29, 2017)

The Bidder must fill in the following Schedule of Prices to cover alterations, extras or deductions. The terms of this Schedule apply notwithstanding anything to the contrary in the Contract Documents.

Schedule of Prices to Cover Alterations, Extras or Deductions

Item No Description Provisional

Quantity Unit Unit Price Total Price

1 Additional Type 1A light duty

concrete paving to be placed under each of the rugby bleachers

300 m2 $ _______ / m2 $ ___________

2 Supply and install water bottle filling station 1 LS $ _______

each $ ___________

3

Additional removal and disposal of contaminated soil (as defined by O.Reg. 153/04, exceeding Table 3 Standards) and classified as non-

hazardous waste (i.e., meeting Schedule 4 Leachate Quality

Criteria) under R.R.O. Reg. 347 to a licensed waste disposal facility.

2000 tonne $ _______ / tonne $ ___________

4

Removal and disposal of contaminated soil (as defined by O.

Reg. 153/04, exceeding Table 3 Standards) and classified as

hazardous waste (i.e. exceeding Schedule 4 Leachate Quality

Criteria) under R.R.O. Reg. 347 under manifest to a licensed waste

disposal facility.

20 tonne $ _______ / tonne $ ___________

5 Removal and disposal of large debris greater than 0.5m3 50 m3 $ _______

/ m3 $ ___________

6

Geotextile membrane of a noticeable colour to be placed at the

interface between top of in-situ contaminated material and the base of the newly placed clean soil cap

10000 m2 $ _______ / m2 $ ___________

Page 6: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Section 3 – Tender Submission Package Schedule of Prices

Tender Call No. 227-2017 Contract No. 17ECS-MI-02DC

ECS Vertical – June 1, 2017 Page 3-15 Addendum No. 2 (September 29, 2017)

Water Supply Connection Within Parkland

7

Supply and install water servicing (including meter chamber) from internal site connection up to the

point of connection for irrigation and water bottle filling station lines

1 LS $ _______ each $ ___________

8 Supply and install 75mm irrigation

supply line from point of connection to field

315 m $ _______ / m $ ___________

9 Supply and install water bottle filling station 12mm supply line from point

of connection to bottle filler 305 m $ _______

/ m $ ___________

Alternate #1 - Water Supply Connection On Eastern Avenue Road Allowance

10

Supply and install water servicing from Eastern Avenue within right of

way by City pre-approved contractor. Item includes, but is not limited to, water connection, apply and obtain Cut Permit, apply and

obtain Road Occupancy Permit, all remedial roadway and boulevard

work, and capping of water service at park property line.

1 LS $ _______ / each $ ___________

11

Supply and install water servicing from Eastern Avenue Right of Way

line within park property. Item includes installation of chamber and service to the point of connection for

irrigation and water bottle filling station lines.

1 LS $ _______ each $ ___________

12 Supply and install 75mm irrigation supply line from Eastern Avenue point of connection to rugby field.

220 m $ _______ / m $ ___________

13

Supply and install 12mm supply line to water bottle filling station from

Eastern Avenue point of connection to bottle filler.

210 m $ _______ / m $ ___________

Page 7: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Section 3 – Tender Submission Package Schedule of Prices

Tender Call No. 227-2017 Contract No. 17ECS-MI-02DC

ECS Vertical – June 1, 2017 Page 3-16 Addendum No. 2 (September 29, 2017)

Alternate #2 - Water Supply Connection On Lakeshore East Blvd. Road Allowance

14

Supply and install water servicing and connection from Lakeshore Blvd

including trenchless construction across Lakeshore Blvd. right of way

by City pre-approved contractor. Item includes, but is not limited to, water connection, apply and obtain Cut Permit, apply and obtain Road

Occupancy Permit, all remedial roadway and boulevard work, and capping of water service at park

property line.

1 LS $ _______ each $ ___________

15

Supply and install water servicing from Lakeshore Blvd within park

property. Item includes installation of chamber and service to the point of connection for irrigation and water

bottle filling station lines.

1 LS $ _______ each $ ___________

16 Supply and install 75mm irrigation supply line from Lakeshore Blvd point of connection to rugby field.

90 m $ _______ m $ ___________

17

Supply and install 12mm supply line to water bottle filling station from

Lakeshore Blvd point of connection to bottle filler.

175 m $ _______ m $ ___________

18 Construction fencing as per drawings and specifications 10 m $ _______

/ m $ ___________

19 Silt fencing as per drawings and specifications 10 m $ _______

/ m $ ___________

20 Testing allowance (environmental, geotechnical etc.) 1 LS $80,000.00

21 Smog Alert Response Allowance 1 LS $ 20,000.00

22 GRAND TOTAL (Rows 1-21) $ ____________________________

(Carry forward to Page 3-12)

Total Allowance for Schedule of Prices To Cover Alterations, Extras or Deductions (Excluding HST)

Page 8: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

Section 3 – Tender Submission Package Schedule of Prices

Tender Call No. 227-2017 Contract No. 17ECS-MI-02DC

ECS Vertical – June 1, 2017 Page 3-17 Addendum No. 2 (September 29, 2017)

The contingency and cash allowances listed in this Schedule are for potential Work which may be required beyond the scope of this Contract. The unit prices entered by the Bidder for the items listed in this Schedule shall be used by the City to determine payments for the Work where those Work items are ordered by the Consultant, and shall also be used by the City to determine credits to the City from the Contractor where quantities ultimately required for unit price items under the base scope of the Contract are less than the original Contract quantities. The unit prices in the schedule shall not include HST nor overhead and profit. The unit prices inserted above for provisional quantities shall be used to determine payment for those items or credits even if actual quantities are found to vary considerably from them. In accordance with CCDC-2 Part 4, the Contract Price includes the cash allowances and the Contract Price includes all overhead and profit for those allowances. Profit and overhead on cash allowance Work will be in addition to the figures in the Schedule and will be calculated in accordance with the Contract Documents. The City will evaluate the three alternate options for water servicing scope prior to award. The City has a r ight to delete any items listed in Schedule of Prices to Cover Alterations, Extras or Deductions at the time of award. The City will add contingency at the time of award, the amount has not been determined yet. The contingency allowance includes all overhead and pr ofit in connection with Work undertaken under the contingency allowance. The Bidder agrees that no part of the cash allowances or contingency allowance shall be expended without written direction from the Consultant. Payments from the contingency allowance will be made only following issuance of a Change Order approved by the Consultant. Any unused portion of the contingency allowance and cash allowances, and any credits to the City for unit price items shall be deducted from the Contract Price. In the event of obvious mathematical errors in the Schedule of Prices, the unit prices tendered shall be considered correct and arithmetic extensions and totals shall be corrected accordingly. Any such corrections resulting in adjustment to the total for the Schedule of Prices will be similarly applied as an adjustment to the Total Lump Sum Price tendered for the project. 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". Payment for Work not listed in this Schedule will be made in accordance with the Contract Documents. Taxes Harmonized Sales Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in the call. HST for the supply and delivery of materials/goods are to be shown as additional separate line items on the Price Schedule and any subsequent invoice.

Page 9: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

22

10

HA

LF

WA

Y

10

22

GO

AL

GO

AL

5 5

515

15

5

22

10

HA

LF

WA

Y

10

22

GO

AL

GO

AL5 5

515

15

5

JB70% REVIEWMAR17,2017

CONTRACT No.DRAFTING:

SCALE:

DATE:

DESIGN: CHECK:

NUMBER:DRAWING

SIGNEDINITIALREVISIONSDATENo.

written permission from Dillon Consulting Limited.than those intended at the time of its preparation without prior

Do not scale dimensions from drawing.

Report any discrepancies to Dillon Consulting Limited.Verify elevations and/or dimensions on drawing prior to use.

Conditions of Use

Do not modify drawing, re-use it, or use it for purposes other

MJSCONSULTANTS

INC.

location of all underground utilities & services.Utility locations shown are approximate. Contractor to verify

TRUENORTH

PROJECTNORTH

ENGINEERING AND CONSTRUCTION SERVICES

FRANK QUARISA, P.ENG.

WASTEWATER TREATMENTDIRECTOR

BILL DE ANGELIS, P.ENG, MBA

MAJOR INFRASTRUCTUREDIRECTOR, DESIGN & CONSTRUCTION

C1

17ECS-MI-02DC

MARCH 2017

1:250 1001-2017-7-5

SITE SERVICING

RUGBY FIELD AND PARKING RELOCATIONASHBRIDGES BAY TREATMENT PLANT, M & T BUILDING GROUNDS

TUBS AND GEE GAGE PARK

1JB90% REVIEWAPR18,20172

0m 5m 10m 20mScale 1:250 (Full Size Drawing), 1:500 (Half Size)

JBISSUED FOR CITY REVIEWJUL10,20173JBISSUED FOR CITY REVIEWAUG 4,20174

JB JB TO

JBISSUED FOR TENDERAUG 30,20175JBISSUED FOR ADDENDUM 26

Page 10: AJIJIIORONIO - wx.toronto.ca · Cover Page as per the Process Terms and Conditions, Section 1, Item 9-Addenda, of the Tender ... requirements of the General Conditions of this Contract

22

10

HA

LF

WA

Y

10

22

GO

AL

GO

AL

5 5

51

51

55

22

10

HA

LF

WA

Y

10

22

GO

AL

GO

AL5 5

51

51

55

'M'

BUILDING

'T'

BUILDING

LEGEND

NOTES:

G3

1TREE PROTECTION BARRIERS

NTS

METRICMEASUREMENTS SHOWN ON THESE PLANS

ARE IN METERS UNLESS OTHERWISE NOTED

SURVEY OF EXISTING CONDITIONS BY J.D.BARNES LIMITED, OCT 2007 & SPEIGHT VANNOSTRAND GIBSON, SEPTEMBER 2009

70% REVIEWMAR17,20171 JB

CONTRACT No.DRAFTING:

SCALE:

DATE:

DESIGN: CHECK:

NUMBER:DRAWING

SIGNEDINITIALREVISIONSDATENo.

written permission from Dillon Consulting Limited.than those intended at the time of its preparation without prior

Do not scale dimensions from drawing.

Report any discrepancies to Dillon Consulting Limited.Verify elevations and/or dimensions on drawing prior to use.

Conditions of Use

Do not modify drawing, re-use it, or use it for purposes other

MJSCONSULTANTS

INC.

location of all underground utilities & services.Utility locations shown are approximate. Contractor to verify

TRUENORTH

PROJECTNORTH

ENGINEERING AND CONSTRUCTION SERVICES

FRANK QUARISA, P.ENG.

WASTEWATER TREATMENTDIRECTOR

BILL DE ANGELIS, P.ENG, MBA

MAJOR INFRASTRUCTUREDIRECTOR, DESIGN & CONSTRUCTION

G4

%PROJECT PATH%\%DWG FILE%

17ECS-MI-02DC

MARCH 2017

1:500 1001-2017-7-4

HOARDING STAGING AND REMOVALS PLAN

RUGBY FIELD AND PARKING RELOCATIONASHBRIDGES BAY TREATMENT PLANT, M & T BUILDING GROUNDS

TUB AND GEE GAGE PARK

0m 10m 20m 40mScale 1:500 (Full Size Drawing), 1:1000 (Half Size)

JB90% REVIEWAPR18,20172JBISSUED FOR CITY REVIEWJUL06,20173JBISSUED FOR CITY REVIEWAUG 04,20174

JB JB/JG ID

JBISSUED FOR TENDERAUG 14,20175JBISSUED FOR ADDEMDUM6JBISSUED FOR ADDEMDUM 27